Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
SOLICITATION NOTICE

D -- Discovery machine VBS2/3 Behavior Modeling Console

Notice Date
9/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W614-T-0012
 
Response Due
9/15/2014
 
Archive Date
11/9/2014
 
Point of Contact
Dan Shipley, 7578783766
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(dan.m.shipley@us.army.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. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W911W6-14-T-0012 and is issued as a Request for Quote (RFQ). Under this number, the Army Contracting Command (ACC) / Aviation Applied Technology Directorate (AATD), 401 Lee Boulevard, Fort Eustis, VA 23604 intends to award a firm-fixed-price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The applicable North American Industry Classification Standard (NAICS) code is 541330. The small business size standard is $14M. AATD intends to purchase, on a sole-source basis under the authority of FAR clause 13.106-1(b), four (4) copies of DM VBS2/3 Behavior Modeling Console Suite Version 7 (P/N 1004) and six (6) copies of DM VBS2/3 DM Behavior Engine for VBS2/3 User Seat. The contractor shall provide the implementation of mutually agreed upon set of complex VBS2/3 UAV behaviors within the Discovery Machine Modeler, including development of the functions required by the specified behaviors. The contractor shall provide training in Knowledge Coordination to two AATD individuals and the Discovery Machine Software Engineering methodology to two AATD individuals. The intended source for this requirement is Discovery Machine Inc., 454 Pine Street, Suite 1A, Williamsport, PA 17701-6200. Delivery, Inspection, Acceptance and F.o.b. Point are Destination. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Ensure compliance with this provision. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items Alternate I, with their offer. All prospective offerors must be actively registered in the System for Award Management (SAM) Web site www.sam.gov prior to award. The following provisions apply: FAR 52.204-7, System for Award Management; FAR 52.219-1, Small Business Program Representation; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.232-1, Payments; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.243-1, Changes--Fixed Price; FAR 52.247-34, F.o.b. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III; and DFARS 252-247-7024, Notification of Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontracts Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Re-representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses or provisions may be accessed electronically at http://farsite.hill.af.mil. The successful offeror must submit their invoices through the Wide Area WorkFlow Web site http://wawf.eb.mil and must be in good standing with the Government according to the Active Exclusion Records located in the SAM Web site. Technical acceptance provides for adherence to the requirement as identified above. Interested persons may identify their interest and capability to respond to the requirement and submit a quote. All responsible sources that submit an offer will be considered. Quotes are due not later than September 15, 2014, 12:00 p.m. EST and shall be submitted by e-mail to dan.m.shipley.civ@mail.mil. The Contracting point of contact is Dan Shipley at 757-878-3766. The Contracting Officer may be reached at linda.d.diedrich.civ@mail.mil. Technical questions must be directed through the contracting office individuals identified above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb9576a4b5cf7a95b7697c8733c63cfb)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN03504591-W 20140912/140910235412-eb9576a4b5cf7a95b7697c8733c63cfb (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.