Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

B -- Polarimetric Hyperspectral Imaging Research Services

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0209
 
Archive Date
7/18/2013
 
Point of Contact
Joshua J. Meyerhofer, Phone: 9375224529
 
E-Mail Address
joshua.meyerhofer@us.af.mil
(joshua.meyerhofer@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Polarimetric Hyperspectral Imaging Research Services The U.S. Air Force (AFLCMC/PZIOB) requires an experienced vendor to provide Polarimetric Hyperspectral Imaging Research for the Air Force Institute of Technology (AFIT) at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Level of Effort. Additional detail on the requirements can be found in the Statement of Work (attached). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA8601-13-T-0206 issued as a Request for Quote (RFQ) and is conducted as a commercial item procurement using FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, 01 Apr 2013, Defense Acquisition Circular DPN 20130522, 22 Apr 2013, and Air Force Acquisition Circular AFAC 2013-0327, 27 Mar 2013. The NAICS is 541690; and the small business size standard for this NAICS code is $14M. The proposed acquisition is a 100% Small Business Set-Aside. This RFQ has One (1) line item: Line Item 0001: Polarimetric Hyperspectral Imaging (P-HIS) Research Services. Quotes must contain the following: - Price- Including specified level of effort for individual(s). Along with this, please include any other costs associated with the quoted price. - Complete description of the services to be provided. - Curriculum Vitae (extended resume) including qualifications of proposed personnel - A paragraph detailing each proposed person's experience in each of the following key areas: o Hyperspectral Imaging; o Polarimetric Imaging; o Nuclear Transport; o And also indicate any direct experience with the following:  Telops Polarimetric Hyperspectral Imager (P-HSI)  Other HSI and/or Polarimetric Imaging equipment  Nuclear Radiation Detection Equipment  Neutral Particle Transport codes such as MCNP and GEANT Quotes shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012), 252.209-7995 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law- Fiscal Year 2013 Appropriations (Deviation 2013-O0010) (Apr 2013), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method is electronic Representations and Certifications which can be accomplished by registering in System for Award Management (SAM) at https://www.sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quotes based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the quote must satisfy the technical requirements specified in the Statement of Work. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) Level of Effort (LOE) contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-3, Contractor Representations and Certifications (May 2011); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); 52.252-5 Authorized Deviations in Provisions (Apr 1984) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); - 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009); [end fill in for 52.212-5]; 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7995 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law- Fiscal Year 2013 Appropriations (Deviation 2013-O0010) (Apr 2013) The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former Dodd Officials (Jan 2009); - 252.227-7015 Technical Data - Commercial Items (Dec 2011); - 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) - As prescribed in DFARS 232.7004(b) {10 U.S.C. 2227} 252.232-7010 Levies on Contract Payments (Dec 2006) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Nov 2012) Ms. Jill Willingham, AFLCMC/AQP, 1790 10th Street, Wright-Patterson Air Force Base, OH 45433-7630, Tel 937-255-5472, FAX 937-255-7916, E-mail: Jill.Willingham@wpafb.af.mil; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012); 5352.223-9001 Health and Safety on Government Installations (Nov 2012); 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) The following local clause(s) will be included in subsequent award. Full text version is available upon request: H-003 Procedures for Returning Government-Issued Identification (Dec 2006); H-004 Common Access Cards (CACs) for Contractor Personnel Using Contractor Verification System (CVS) (Apr 2008) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Funding for this project is subject to change, and contract award is subject to the availability of funds. The Government intends to award a single contract resulting from this solicitation. The Government also reserves the right to make no award at all depending upon the funding available and the quality of the technical quotes received. Quotes, DFARS 252.209-7995 form, and completed representations and certifications (if not available in SAM), are due by 11:00 am Eastern on Wednesday 3 July 2013, to: Josh Meyerhofer, AFLCMC/PZIOBB Joshua.Meyerhofer@us.af.mil Mailing Address: ATTN: Josh Meyerhofer AFLCMC/PZIOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Josh Meyerhofer at Joshua.Meyerhofer@us.af.mil Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-T-0206, Polarimetric Hyperspectral Imaging Research". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0209/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, OH 45433-7765, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03100212-W 20130628/130626235038-840fb3fcb28e61278daa9297d1c28929 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.