Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

70 -- RT Logic Satellite Simulators, WRMS Units, Maintenance and Warranty

Notice Date
3/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J15R0071
 
Response Due
3/13/2015
 
Archive Date
5/2/2015
 
Point of Contact
Ryan M Bunch, 309-782-5719
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(ryan.m.bunch.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. 1. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a separate written solicitation will not be issued. 2. The U.S. Army Contracting Command - Rock Island (ACC-RI) hereby issues this Request for Proposal (RFP) W52P1J-15-R-0071 for Real Time (RT) Logic Wideband Global SATCOM (WGS) satellite simulators with extended maintenance, Wideband Remote Monitoring Sensor (WRMS) units with extended maintenance and extended warranty reinstatement on previously fielded WRMS equipment. 3. This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-78. 4. ACC-RI intends to award a firm-fixed price, sole source contract to RTL (Colorado Springs, Colorado, USA) in accordance with 10 USC 2304(c)(1) and FAR Part 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Justification and Approval for Other than Full and Open Competition shall be made publicly available within 14 days after contract award. This combined synopsis/solicitation is not a request for competitive proposals, however all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by ACC-RI. A determination by the Government not to compete this proposed action, based upon responses to this notice, is solely within the discretion of the Government. 5. See Attachment 0001, RT Logic Sensor-Simulator CLINs, for contract line item numbers and items, quantities and units of measure. 6. FOB Destination delivery is required within 120 days after date of contract award to: Satellite Simulators: Tania Perciaccante US Army CERDEC S&TCD RDER-STC-SE Bldg 3090 Raritan Ave Aberdeen Proving Ground, MD 21005 WRMS Units: Richard Gonzalez Northrop Grumman 11474 Corporate Blvd., Suite 120 Orlando, FL 32817 7. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. 8. The provision at 52.212-2, Evaluation - Commercial Items, is not applicable to this acquisition. 9. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. 10. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following additional clauses are cited in this clause: 52.203-6 Alt 1Restrictions on Subcontractor Sales to the Government 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8Utilization of Small Business Concerns 52.219-28Post-Award Small Business Program Representation 52.222-3Convict Labor 52.222-19Child Labor-Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity for Veterans 52.222-36Equal Opportunity for Workers with Disabilities 52.222-37Employment Reports on Veterans 52.222-40Notification of Employee Rights Under the National Labor Relations Act 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-29Terms for Financing of Purchases of Commercial Items 52.232-33Payment by Electronic Funds Transfer--System for Award Management 52.239-1Privacy or Security Safeguards 12. The following Defense Federal Acquisition Regulation Supplement (DFARS) Commercial Clauses apply to this acquisition: 52.203-3Gratuities 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015Disclosure of Information to Litigation Support Contractors 252.205-7000Provision of Information to Cooperative Agreement Holders 252.211-7003Item Unique Identification and Valuation 252.222-7007Representation Regarding Combating Trafficking in Persons 252.225-7012Preference for Certain Domestic Commodities 252.225-7015Restriction on Acquisition of Hand or Measuring Tools 252.225-7031Secondary Arab Boycott of Israel 252.226-7001Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015Technical Data-Commercial Items 252.227-7037Validation of Restrictive Markings on Technical Data 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010Levies on Contract Payments 252.243-7002Requests for Equitable Adjustment 252.244-7000Subcontracts for Commercial Items 252.247-7022Representation of Extent of Transportation by Sea 13. Additional terms and conditions are included as an Addendum to this solicitation in Attachment 0002, Clause Addendum. 14. Contractor shall provide the most recent technical specification sheet for equipment with proposal submission to the Government. 15. Offeror is requested to submit a qualifying proposal in accordance (IAW) with FAR 15.403-3 including all supporting documentation, rationale and analysis of how the price was determined fair and reasonable. The proposal shall include history of sales to non-governmental and or governmental entities, cost data, or any other information that the Government can use to determine the proposed costs as fair and reasonable. If historical sales data is not available the Government requests that a comparative analysis of the requested product and commercially available product(s) of similar function/capability is submitted for Government review. The analysis shall include the similarities, differences and price of the products. If a product of similar function/capability for comparison is identified within the offeror's product line, the contractor is requested to submit historical sales data for that similar product to the Government. 16. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract with the U.S. Government. The SAM website can be found at www.sam.gov. Lack of registration in SAM will make an offeror ineligible for award. 17. Offerors are cautioned to ensure their quotes are fully complete, including all fill-ins and blanks in the solicitation and attachments. The closing date and time for receipt of quotes is as follows: Closing Date: 13 March 2015 Closing Time: 1500 hours Central Time 18. Offers shall be sent electronically to Army Contracting Command - Rock Island (ACC-RI) at the following email addresses: Mr. Ryan Bunch Ryan.m.bunch.civ@mail.mil Ms. Amanda Struve Amanda.k.struve.civ@mail.mil 19. It is requested that all questions/comments regarding this solicitation be submitted in writing. Questions should be directed to Mr. Ryan Bunch, Contract Specialist, via email at ryan.m.bunch.civ@mail.mil, and to Ms. Amanda Struve, Contracting Officer, at amanda.k.struve.civ@mail.mil. Please be sure to indicate the RFP number, W52P1J-15-R-0071, in the subject line of the email. Questions will only be accepted until 1200 hours Central Time on 10 March 2015. 20. List of Attachments: Attachment 0001 - RT Logic Sensor-Simulator CLINs Attachment 0002 - Clause Addendum
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4dd700a6e0a9654af4f6390a16dab366)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03656794-W 20150305/150303234514-4dd700a6e0a9654af4f6390a16dab366 (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.