Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

58 -- Wideband Remote Monitoring Sensor (WRMS) Hardware IDIQ

Notice Date
6/8/2015
 
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
W52P1J15R0124
 
Response Due
6/29/2015
 
Archive Date
8/7/2015
 
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 Federal Acquisition Regulation (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 Government intends to award a Five-Year, Firm Fixed Price (FFP) Indefinite Delivery / Indefinite Quantity (IDIQ) contract, on a Sole Source basis, to Real Time Logic (RT Logic) under authority 10 U.S.C. 2304 (C)(1) as implemented by FAR 6.302-1 only one responsible source. 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. 3. The US Army Contracting Command, Rock Island (ACC-RI) hereby issues solicitation number W52P1J-15-R-0124 as a Request for Proposal directly to RTL. This requirement is for Wideband Remote Monitoring Sensors (WRMS), spectrum monitoring components, extended warranty and maintenance. 4. This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-78. 5. The NAICS code is 517410. The prospective offeror is actively registered in the System for Award Management (SAM) at www.sam.gov. 6. The proposed award is for a single, FFP IDIQ contract, consisting of five one year ordering periods. The maximum ceiling set under this IDIQ is $48,913,935.02. The guaranteed minimum under this IDIQ is set at $1,000,000.00 and will be fulfilled as Delivery Order 0001 immediately after award. There is no guarantee that the Government will order the maximum value under this contract. The Government is not obligated to award any additional work other than the guaranteed minimum. 7. Attachment 0001, RT Logic Hardware List, contains the specified contract hardware items applicable to this IDIQ with estimated minimum and maximum quantities. 8. PROPOSAL REQUIREMENTS. RTL shall submit their proposal directly, via email, to Ryan Bunch at Ryan.m.bunch.civ@mail.mil with a copy to Amanda Struve at Amanda.k.struve.civ@mail.mil. RTL shall provide unit pricing and quantity ordering ranges for each item listed on Attachment 0002 - Price Worksheet. RTL shall dictate ranges in its proposal where quantity discounts can be achieved. e.g. Range Quantities FROM TO UNIT PRICE 1 4 $XXX 5 50 $XXX 51 100 $XXX RTL shall provide the most recent technical specification sheet for equipment with proposal submission to the Government. RTL 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. 9. DELIVERY TERMS. Delivery terms are FOB Destination. Delivery is required within 120 days after award. Delivery shall not be deemed to be complete until goods have been actually received and accepted by the Government. All products in acquisition must be new, not used or refurbished, and TAA compliant. IUID Labels are required for all items delivered to the Government which the Governments acquisition cost is $5,000 or more IAW DFARS 252.211-7003. Delivery locations will be identified on the Delivery Order level. 10. This contract is Subject to the Availability of Funds. Each Delivery Order issued pursuant to the contract will be funded separately. The Government reserves the right not to fund all CLINs. Funds will be certified, subject to the Availability of Funds (FAR 52.232-18), if appropriated by Congress. 11. THE FOLLOWING PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, is not applicable to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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 52.219-9 Small Business Subcontracting Plan 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 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 252.203-7003 Agency Office of the Inspector General 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 252.211-7008 Use of Government Assigned Serial Numbers 252.219-7003 Small Business Subcontracting Plan 252.222-7007Representation Regarding Combating Trafficking in Persons 252.223-7008 Restriction on Acquisition of Specialty Metals 252.225-7001 Buy American Act 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 252.232-7010Levies on Contract Payments 252.243-7002Requests for Equitable Adjustment 252.244-7000Subcontracts for Commercial Items 252.247-7022Representation of Extent of Transportation by Sea 525.247-7023 Transportation of Supplies by Sea 252.232-7006Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause- quote mark Department of Defense Activity Address Code (DoDAAC) quote mark is a six position code that uniquely identifies a unit, activity, or organization. quote mark Document type quote mark means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). quote mark Local processing office (LPO) quote mark is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___2-in-1_____________________________________________________ Note: If a quote mark Combo quote mark document type is identified but not supportable by the Contractor's business systems, an quote mark Invoice quote mark (stand-alone) and quote mark Receiving Report quote mark (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___W81X43____________________________________________________ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWFData to be entered in WAWF Pay Official DoDAACHQ0490 Issue By DoDAACW52P1J Admin DoDAACW52P1J Inspect By DoDAACW81X43 Ship To CodeNot applicable Ship From CodeNot applicable Mark For CodeNot applicable DCAA Auditor DoDAACNot applicable (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the quote mark Send Additional Email Notifications quote mark field of WAWF once a document is submitted in the system. _ryan.m.bunch.civ@mail.mil__________________________________________ _amanda.k.struve.civ@mail.mil________________________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _ sydney.a.royal.civ@mail.mil_________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 12. ADDITIONAL TERMS AND CONDITIONS. Additional terms and conditions are included as an Addendum 52.212-4 in Attachment 0003, Clause Addendum. 13. RTL 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. 14. RTL is cautioned to ensure their quote is 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: 29 June 2015 Closing Time: 0800 hours Central Time 15. 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 16. 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-0124, in the subject line of the email. Questions will only be accepted until 1200 hours Central Time on 17 June 2015. 17. List of Attachments: Attachment 0001 - RT Logic Hardware List Attachment 0002 - Price Worksheet Attachment 0003 - Clause Addendum
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d06b1723bc62e357dc48a994a174d1e)
 
Place of Performance
Address: RT Logic 12515 Academy Ridge View Colorado Springs CO
Zip Code: 80921-3779
 
Record
SN03756615-W 20150610/150608234826-5d06b1723bc62e357dc48a994a174d1e (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.