Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

58 -- Radar Transponder Beacon SMP 1000 MICROPONDER

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB14Q5006
 
Response Due
8/7/2014
 
Archive Date
9/22/2014
 
Point of Contact
Terry Beth Clark, 443-861-5009
 
E-Mail Address
ACC-APG - Aberdeen Division D
(terry.b.clark4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. CCAP-SCD 24 June 2014 SUBJECT: Solicitation No: W91CRB-14-Q-5006; Request for Proposal (RFP) This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice, this announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The word Government in this document refers to the United States Government, its authorized Agencies, Departments, Representatives, Personnel and Assigns only. This solicitation is a Request for Proposal (RFP), as full and open and for Foreign Military Sales (FMS) Case RO-B-UEA, Country: Romania and FMS Case HR-B-UAS, Country Croatia. The associated North American Industrial Classification Standard (NAICS) Code is 334519; the Federal Supply Classification (FSC) is 5841. Basis for Award: The following factors will be used to evaluate offers in accordance with 52.212-2: 1) The Government will evaluate the technical proposal to ensure that it meets the Governments requirements and 2) The Government will also evaluate the price reasonableness of the proposal. The contract type will be Firm Fixed Price. Other Information/Requirements: It is the responsibility of the Offeror to ensure that its offer is compliant with ALL provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider the offer of any Offeror that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that its offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements can be determined, by the Government, to be insufficient and non-responsive to the solicitation. The parties hereto recognize that any technical data and computer software being purchased hereunder will be provided to a foreign government. The parties further recognize that the clauses in this contract dealing with rights in technical data, computer software and patent indemnity may be drafted in terms of rights flowing to the United States Government. Accordingly, the Contractor agrees to grant, and by incorporation of this clause in the contract document, does grant, that foreign government the same rights in technical data, computer software and patent indemnity as would be granted to the United States Government by operation of those clauses in the contract document dealing with rights in technical data, computer software and patent indemnity, except that no rights to computer software source code for the foreign government are provided in this contract. For purposes of contract administration, the parties agree that the clauses will be administered with the foreign government in such a manner as best approximates that set out with respect to the United States Government. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Partial shipments are Not Authorized. Packaging requirements shall be in accordance with Standard Practice for Commercial Packaging ASTM D 3951-98. Inspection and Acceptance shall be at ORIGIN for Hardware. Warranty 1. Requirements for Warranty. The contractor shall provide a warranty for this Foreign Military Sale (FMS) covering workmanship and materials for all items furnished in accordance with this contract or any modification thereof. If the warranty is a commercial warranty and states that the warranty in not in effect outside the continental United States, then the wording of the warranty shall be amended so that the warranty is extended to the final FMS customer. The warranty shall be for a minimum of one year in duration. 2. Warranty Manual. The contractor shall provide an operational manual and/or an insert to accompany the material, describing the actions to be taken by the user in order to exercise the warranty and obtain repaired/replaced equipment. This guidance shall be provided in both English (and the native language of the FMS customer if specified in the delivery order after negotiation). This warranty will run directly to the benefit of the FMS customer and will not be structured so as to require any actions/administration on the part of the U.S. Government. The contractor shall provide phone number(s) and/or address (es) for customer service representative nearest to the FMS customer location. The customer service representative shall be able to supply information to the FMS customer for the return of the defective equipment for repair or replacement. 3. Warranty Procedures. At the exercising of this warranty by the FMS customer, the warranty clock shall be stopped. Upon notification of a failure by the FMS customer to the contractor, the warranty clock shall be stopped relative to the unit in question. The warranty clock will be restarted upon acceptance of the repaired/replaced unit by the FMS customer. Upon arrival at the contractors repair facility, both the contractor and Government representative will determine if failed item is covered under the warranty. The FMS customer shall be responsible for the established contractual cost for items tested and found to be a quote mark False Pull quote mark or quote mark No Evidence of Failure (NEOF) quote mark. The contractor shall meet a 30 day turn-around time for repair. This time shall be from the date of receipt by the contractor, to shipment from the contractor's facility. The contractor shall be responsible for transportation cost from the FMS customer to the contractor's facility and return to the FMS customer. 4. Warranty Markings. Warranty markings shall be applied to unit, intermediate and shipping containers. The markings shall be in a conspicuous location to give notice that the item(s) are subject to warranty coverage. These markings shall indicate the time period or condition of the warranty (e.g., days/months, hours of operation, etc.). The warranty markings shall be applied by labeling, tagging, or printing and shall be prefaced by the words quote mark WARRANTY ITEM quote mark in letters approximately two times larger than the letters for the remainder of the required information. NOTE: Please provide one (1) proposal for all items. Multiple proposals from each Offeror are not permitted. This is an quote mark all or none quote mark award. The contract type is Firm Fixed Price. The U.S. Government reserves the unilateral right to make no award. Contractor shall provide, as part of its proposal package, a technical proposal that is sufficiently detailed to prove that the commercial product(s) it is offering meets all the salient characteristics in accordance with this solicitation. Contractor shall include adequate sales history for the product(s) it is offering. The U.S. Army intends to procure the following Commercial Off-the-Shelf (COTS) items: Description/Quantity/Delivery: Seven (7) each; radar transponder beacons defined as the SMP-1000 or equivalent. The 7 radar transponder beacons shall be divided into a group of five (5) for RO-B-UEA and a group of two (2) for HR-B-UAS. For a non-SMP-1000 Beacon to qualify as equivalent, it is sufficient and necessary that the offered beacon meet or exceed all the technical and performance characteristics set forth below: RADAR TRANSPONDER BEACON, I Band Power Supply Power Source............................ Battery Battery Life...............................At least 24 hours continuous operation w/ new battery (receive only; nominal conditions) Receiver Characteristics Frequency................................. 8.8 to 9.8 GHz Sensitivity................................ -55 dBm Maximum input signal................... +20 dBm Pulse width................................. 0.3 sec minimum Transmitter Characteristics Frequency................................. 9.310 GHz Peak output power........................ 7 Watts nominal Reply pulse codes........................ AN/PPN-codes A through G, SST-181X codes 1 through 5 strobe (test mode) Antenna Polarization.............................. Horizontal Beam pattern............................. Omni-directional beam toward the horizon with 2 dB nominal gain Indicator Lights Operating Temperature...........................At least -40 to +65 C; -40 to 149 F Weight................................................ less than 460 g; less than 1lb (w/ battery) Size (L x W x H).....................................maximum 120 x 100 x 60 mm, 170 x 120 x 80 mm (antenna deployed) Delivery shall be completed by 210 days ARO, unless an acceptable alternate is proposed or unless bulk shipment is requested. Accelerated delivery at no additional cost to the Government is accepted and encouraged. Split shipments are not authorized. PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.204-10 Reporting Executive Compensation and First Tier FAR 52.212-1 Instructions to Offerors -Commercial Items FAR.52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders (AUG 2012) FAR 219-4 Notice of Price Evaluation Preference for Hub zone Small FAR 52.219-28 Post Award Small Business Program Representation (MAR 2009) FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18- Encouraging contractor Policies to Ban Text Messaging While Driving FAR 52.225.13- Restrictions on Certain Foreign Purchases FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-50 Combating Trafficking in Persons FAR 52.227-1 Authorization and Consent FAR 52.227-9 Refund of Royalties FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-39 Unenforceability of Unauthorized obligations FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.246-16 Responsibility for Supplies FAR 52.247-29 F.O.B. Origin FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, for Paragraph (b) the following clause applies: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD officials; DFARS 252.204-7012 Safe Guarding Of Unclassified Controlled Technical DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments; DFARS 252.227-7015 Technical Data- Commercial Items; DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 Item Identification and Valuation DFARS 252-212-7000 Offeror Representations and Certifications - Commercial DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments DFARS 252.227-7025 Limitations on the use or Disclosure of Government Furnished DFARS 252.227-7028 Technical Data or Computer Software previously delivered to the Government DFARS 252.232.7010 Levies on Contract Payments DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023 Transportation by Sea Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://www.acq.osd.mil/dpap/sitemap.html PROPOSAL SHALL INCLUDE: (1) Solicitation Number and date on cover page with numbered pages; (2) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number, Cage Code and DUNS); (3) Business Size, if Small Business list subcategory, if applicable; (4) schedule of offered items to include quantity, unit, unit price, total price and grand total columns; (5) Representation and Certifications compliant with FARS Clause 52.212-3; (6) Acknowledgement and agreement with amendments, if applicable. Offerors must have a current registration in the System for Award Management (SAM) prior to award. The Offeror may register in (SAM) at http://www.sam.gov. Please provide the terms of your warranty with your proposal. Requirements for Offerors Offeror shall have a current registration in the Wide Area Workflow (WAWF) prior to award. The Offeror may register in WAWF at https://wawf.eb.mil. QUESTIONS referencing this solicitation shall be submitted via email to terry.b.clark4.civ@mail.mil. SUBMISSION OF PROPOSAL: Proposals and any applicable attachments shall be submitted NLT 4:30 p.m. EST, July 24, 2014 to Contract Specialist, Terry Clark by email at terry.b.clark4.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e6596f85380ca52247049982488c46c0)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03436710-W 20140726/140724235317-e6596f85380ca52247049982488c46c0 (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  © 1994-2020, Loren Data Corp.