Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

99 -- Survey Equipment - Total Station and GPS System

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-14-T-0043
 
Response Due
9/23/2014
 
Archive Date
11/17/2014
 
Point of Contact
Stormie Wicks, 757-201-7215
 
E-Mail Address
USACE District, Norfolk
(stormie.b.wicks@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 100% Total Small Business Set-Aside This is a combined synopsis/solicitation for a commercial item; reference number W91236-14-T-0043, prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Army Corps of Engineers intends to procure a robotic scanning total station system that combines total station capabilities, digital imaging, GNSS connectivity, and 3D laser scanning into one instrument similar to a LEICA NOVA MS50 Multistation described below in the Statement of Work (SOW). A Brand Name Justification is attached to this combined synopsis/solicitation. FOB point is destination. Inspection and Acceptance shall be at destination by the Government. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as defined in FAR Part 12. The successful offeror shall accept the binding order by written acceptance of the SF1449 prior to undertaking performance. The NAICS code is 334511. The small business size standard is 750 employees. In your proposal please provide a breakdown of labor hours, materials, etc., in sufficient detail for the Government to determine if your proposal is fair and reasonable. Also, in your proposal indicate separately the computed overhead and proposed profit. Please note that no questions will be answered after 12 NOON EST Monday. 22 Sept 2014. SOW 1.0. Scope of Work: This Statement of Work (SOW) establishes the requirements to provide a robotic scanning total station system that combines total station capabilities, digital imaging, GNSS connectivity, and 3D laser scanning into one instrument similar to a LEICA NOVA MS50 Multistation. The system should consist of the following: NOVA MS50 Multistation Scanning Total Station CS15 3.5G Field Controller with Smart Worx software kit Instrument and field controller associated mounts, poles and cabling GRZ4 360 degree prism GPR121 Pro Circular Prisms and adapters (8) Provide a Leica GNSS Smart Antenna and RTK Accessories to include: GS15 Performance GNSS Smart Antenna with LOP 15 NMEA output CS15 3.5G Field Controller with Smart Worx software kit SLR5 Satellite Radio for GS15 And all associated cabling, tripods, mounts, antennas, brackets, poles, batteries and cases Software: Leica Geo Office Professional Bundle with floating Network License and 1 year CCP (updates) 2 year NOVA Basic CCP support for MS50 MultiWork AutoCAD Software 1 year MultiWork AutoCAD support 2 years Viva Basic CCP Infinity TPS Scanning Bundles (Node Locked) LGO Dongle Migration for existing software 1 year GPS1200 Basic CCP and VIVA basic CCP for existing GPS unit In addition, provide at least 40 hours of off-site training for up to 5 individuals. The training should include classroom and field instruction that will take the students from the start of a project to a CADD file for import into AutoCAD 2013 Civil 3D. Topics to be included at a minimum are: -Workflow from field to finish. -How to setup the instrument for surveying on local datum, accuracy requirements for the survey, etc. -How to create new field codes that can be imported into AutoCAD 2013 Civil 3D. -How to integrate RTK into the positioning of a survey vessel. -How to utilize the GNSS, total station, and scanning capability to perform a detailed topographic survey. The system shall be delivered to the address as follows: USACE Norfolk District Attention: Dave Linn 803 Front Street Norfolk, VA 23510 Quote Submission Requirements In addition to pricing for each item, all Offerors shall submit a detailed specification sheet meeting, at a minimum, all specifications identified in the SOW. Failure to address any of these areas of this RFQ may result in an quote mark unacceptable quote mark rating and disqualification for award. Proposals submitted will be evaluated in accordance with the elements listed in the SOW and will be determined to be either quote mark acceptable quote mark or quote mark unacceptable quote mark. Offeror's must be rated quote mark acceptable quote mark in each element to be awarded a contract. The contract will be awarded to the lowest priced responsible offeror submitting an acceptable proposal. Clauses incorporated by Reference FAR 52.203-6 ALT I Restrictions on Subcontractor Sales to the Government. FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. FAR 52.204-6 Data Universal Numbering System Number. FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-12 Data Universal Numbering System Number Maintenance. FAR 52.204-13 System for Award Management Maintenance. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must ensure a completed ORCA is available for download. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items FAR 52.216-24 Limitation of Government Liability. FAR 52.216-25 Contract Definitization. FAR 52.219-6, Small Business set aside FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Handicapped Workers FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation DFARS 252.203-7002, Requirement to Inform Employees DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.204-7008, Export Controlled Item DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modifications All firms must be registered in the System for Award Management @ https://www.sam.gov/portal/public/SAM/ The above provisions and clauses can be found at http://farsite.hill.af.mil. This acquisition is set aside for the exclusive participation of small business concerns, provided that a minimum of two quotes, in accordance with this combined synopsis/solicitation, are received from responsible small business concerns whose quotes meet the solicitation requirements. If the Government receives only one such responsive quote from a small business concern, the Government reserves the right to make award to this source's quote or to withdraw the small business set-aside and award on the basis of full and open competition to any all responsible offeror (including large business concerns). This announcement will close and quotes are due by 12:00 PM (EST) Tuesday 23 September 2014. Late quotes will be handled in accordance with 52.212-1(f) Signed and dated offers, to include a complete listing of all items, must be submitted to US Army Corps of Engineers Contracting Office, Attn: Stormie Wicks, Phone (757) 201.7215 E-mail Stormie.B.Wicks@usace.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers shall be submitted via E-mail only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-14-T-0043/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN03518022-W 20140920/140918235621-0335802bf46eb4a41646b80ea9fdc5d3 (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.