Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

15 -- Multi-copters - Response to Questions #1 - Statement of Requirements - Delivery Locations

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/HIK - Gunter, 490 East Moore Drive, MAFB - Gunter Annex, Alabama, 36114, United States
 
ZIP Code
36114
 
Solicitation Number
F2XJA75154AW01
 
Archive Date
9/29/2015
 
Point of Contact
Kathy L. Owen, Phone: 3349535755, Mark K Restad, Phone: (334)953-3637
 
E-Mail Address
kathy.owen@gunter.af.mil, mark.restad.1@us.af.mil
(kathy.owen@gunter.af.mil, mark.restad.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Multi-copters delivery locations Statement of Requirements Response to Questions #1 GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This requirement is issued as a Request for Quote (RFQ) (Reference-Number F2XJA75154AW01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-83 (03 Aug 2015) and the DPN 20150826 effective 26 Aug 2015. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: 334511; size standard: 750 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTES: 1. THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET BRAND NAME OR EQUAL" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. 2. ALL PRODUCTS MUST BE NEW; NO REFURBISHED OR USED ITEMS WILL BE ACCEPTED. NATURE OF ACQUISITON: The Holm Center on Maxwell AFB, AL has a requirement to purchase the below listed items outlined in CLINs 0001 - 3001, which include base year plus three (3) Option years. This procurement will be awarded on a Full and Open basis as a brand name or equal. All responses to this notice must be received by 14 September, 2015, 12:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Da-Jiang Innovations (DJI) Phantom 3 Advanced Drone stem trainer (radio controlled multi-copter) or equal in accordance with (IAW) Attachment 1, Statement of Requirements (SOR) Estimated Quantity: - 250 Each Base Year: 30 Sep 2015 - 29 Sep 2016 CLIN 1001: DJI Phantom 3 Advanced Drone stem trainer (radio controlled multi-copter) or equal IAW Attachment 1, SOR Estimated Quantity: 250 Each Option Year One: 30 Sep 2016 - 29 Sep 2017 CLIN 2001: DJI Phantom 3 Advanced Drone stem trainer (radio controlled multi-copter) or equal IAW Attachment 1, SOR Estimated Quantity: 250 Each Option Year Two: 30 Sep 2017 - 29 Sep 2018 CLIN 3001: DJI Phantom 3 Advanced Drone stem trainer (radio controlled multi-copter) or equal IAW Attachment 1, SOR Estimated Quantity: 250 Each Option Year Three: 30 Sep 2018 - 29 Sep 2019 DELIVERY INFORMATION **Note** See Attachment 2, Delivery Locations Shipping will be FOB Destination QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Quotes must consist of three (3) separate parts: Part I-Technical, Part II Past Performance and Part III - Price. •a) Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate. •b) Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. •c) To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Systems for Award Management database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. •d) Responses to this notice shall be provided in writing via e-mail to Kathy Owen at kathy.owen@us.af.mil and Mark Restad at mark.restad.1@us.af.mil. All responses shall be received NLT 12:00 PM CST on 14 September 2015. Email is the preferred method. Points of Contact: Kathy Owen, Contracting Specialist; Phone (334) 953-5755, Fax (334) 953-3543 and Mark Restad, Contracting Officer, Phone (334)953-6776. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. PART I - TECHNICAL: •a) The Offeror shall meet all minimum requirements in the attached Statement of Requirement (SOR), paragraph 2.1; and submit a written statement to affirm that no exceptions are taken to the requirements of this synopsis/solicitation, including SOR, Schedule of Supplies/Services and terms and conditions. •b) Performance Management Plan (PMP): As stated in the SOR paragraph 3.0, the offeror shall complete the PMP that shows a timeline from issuance of delivery order to delivery of multi-copters to the locations in Attachment 2. The PMP may be expressed in terms of "days after order". This PMP shall include, at a minimum, a timeline for: Description Days After Order Ordering the Multi-copters Delivery of Multi-copters PART II - PAST PERFORMANCE: Offerors must submit at least two (2) references that can provide recent (within the past three (3) years from the date of issuance of this combined sysnopsis/solicitation) and relevant (similar or greater in size/scope/complexity of this instant requirement) Past Performance information to the Contracting Officer with a quote. PART III - PRICE: The offeror must submit dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services", and terms and conditions, the offeror accedes to all solicitation requirements. BASIS OF AWARD: This will be a competitive best value acquisition utilizing FAR 13.5, Simplified Procedures for Certain Commercial Items. Award will be made to the lowest priced quote that has an acceptable technical and past performance rating. PART I - TECHNICAL: Initially, the Government's technical evaluation team shall evaluate each technical criterion on an acceptable/unacceptable as follows: •a) Quote clearly meet all minimum requirements in the SOR, paragraph 2.1; and provided a written statement affirming that no exceptions are taken to the requirements of this synopsis/solicitation, including SOR, "Schedule of Supplies/Services" and terms and conditions. •b) Performance Management Plan (PMP). The PMP will be evaluated to ensure a reasonable timeline is established from issuance of delivery order to delivery of multi-copters to the locations in Attachment 2. The PMP may be expressed in terms of "days after order". This PMP shall include, at a minimum, a timeline for: Description Days After Order Ordering Delivery The PMP shall be approved by the Government prior to contract award. PART II - PAST PERFORMANCE: Finally, the Government evaluation team shall evaluate the past performance of all technical acceptable quotes on an acceptable/unacceptable as follows: Recent and relevant past performance information will be evaluated for quality of product, timeliness of delivery/performance, and business relations (customer service). To be considered for award an offeror must have a acceptable past performance record based upon information available to the contracting officer. Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements). PART III - PRICE: Next, the Government will evaluate the price of all quotes that receive an acceptable technically and past performance rating as follows: Competitive quotes, comparison with similar items in a related industry, comparison to an independent Government estimate, or any other reasonable basis. CONTRACT TERMS AND CONDITIONS: FAR 52.202-1, Definitions (Nov 2013) FAR 52.203-3, Gratuities (Apr 1984) FAR 52.203-6 Alt 1, Restricitions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.204-4, Printed of Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014) FAR 52.219-8, Utilization of Small Business Concerns (Oct 2014) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.242-13, Bankruptcy (Jul 1995) DFARS 252.203-7000, Requirements Related to Compensation of Former DoD officials (SEP 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.205-7000, Provisions Of Information to Cooperative Agreement Holders (DEC 1991) DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (DEC 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7001, Buy American and Balance of Payments Program (NOV 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 252.225-7012, Preference for Certain Domestic Commodities (FEB 2013) DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) DFARS 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.243-7002, Requests for Equitable Adjustment (DEC 2012) DFARS 252.244-7000, Subcontracts for Commercial Items (JUN 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014) By Full Text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 30 Sep 15 through 29 Sep 19. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 1 (one), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 250; (2) Any order for a combination of items in excess of 250; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 30 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 29 Sep 19. (End of Clause) FAR 52.217-7, OPTIONS FOR INCREASED QUANTITY - SEPARATELY PRICED LINE ITEM (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days before the contract expires. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 48 months. (End of Clause) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) 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 "Web Based Training" 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). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection location: Destination Acceptance location: Destination (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 WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC F2XJA7 Ship To Code F2XJA7 Ship From Code Not applicable. Mark For Code Not applicable. Service Approver (DoDAAC) Not applicable. Service Acceptor (DoDAAC) F2XJA7 Accept at Other DoDAAC Not applicable. LPO DoDAAC Not applicable. DCAA Auditor DoDAAC Not applicable. Other DoDAAC(s) Not 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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. @us.af.mil kathy.owen@us.af.mil mark.restad.1@us.af.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. Not applicable. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Clearance and Program Support Division, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) The following provisions apply: By reference: FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007) FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.209-7, Information Regarding Responsibility Matters (Jul 2013) FAR 52.212-1, Instructions to Offerors, Commercial Items (Apr 2014), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items (Oct 2014) FAR 52.217-5, Evaluation of Options (Jul 1990) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004, Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011) By full text: FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) and its Alternate 1 (Oct 2014) The offeror shall complete only paragraphs (b) of this provisionif the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. In the event Representations and Certifications are not on file, Offerors must include a complete copy of the provisions at FAR Part 52 or on-line at http://farsite.hill.af.mil/vffara.htm. (End of provision) FAR 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 42 Contracting Squadron. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate-Basic (NOV 2014) (a) Definitions. "Commercially available off-the-shelf (COTS) item," "component," "domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American and Balance of Payments Program-Basic clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program-Basic clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) (End of provision) DFARS 252.215-7007, Notice of Intent to Resolicit (JUN 2012) This solicitation provides offerors fewer than 30 days to submit proposals. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and resolicit for an additional period of at least 30 days in accordance with 215.371-2. (End of provision) DFARS 252.215-7008, Only One Offer (OCT 2013) (a) After initial submission of offers, the Offeror agrees to submit any subsequently requested additional cost or pricing data if the Contracting Officer notifies the offeror that- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Requirement for submission of additional cost or pricing data. Except as provided in paragraph (c) of this provision, the Offeror shall submit additional cost or pricing data as follows: (1) If the Contracting Officer notifies the Offeror that additional cost or pricing data are required in accordance with paragraph (a) of this clause, the data shall be certified unless an exception applies (FAR 15.403-1(b)). (2) Exceptions from certified cost or pricing data. In lieu of submitting certified cost or pricing data, the Offeror may submit a written request for exception by submitting the information described in the following paragraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. (i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. (ii) Commercial item exception. For a commercial item exception, the Offeror shall submit, at a minimum, information on prices at which the same item or/ similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include- (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; or (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (3) The Offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation, access does not extend to cost or profit information or other data relevant solely to the Offeror's determination of the prices to be offered in the catalog or marketplace. (4) Requirements for certified cost or pricing data. If the Offeror is not granted an exception from the requirement to submit certified cost or pricing data, the following applies: (i) The Offeror shall prepare and submit certified cost or pricing data and supporting attachments in accordance with the instructions contained in Table 15-2 of FAR 15.408, which is incorporated by reference with the same force and effect as though it were inserted here in full text. The instructions in Table 15-2 are incorporated as a mandatory format to be used, unless the Contracting Officer and the Offeror agree to a different format. (ii) As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. (c) If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with 225.870-4(c), the Canadian Commercial Corporation shall obtain and provide the following: (1) Profit rate or fee (as applicable). (2) Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determine a fair and reasonable price (comparable to the analysis required at FAR 15.404-1). (3) Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonable [U.S. Contracting Officer to provide description of the data required in accordance with FAR 15.403-3(a)(1) with the notification]. (4) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror. (d) If negotiations are conducted, the negotiated price should not exceed the offered price. (End of provision) Attachments: •1.) Statement of Requirement (SOR) •2.) Delivery Locations (Please reference this document for additional delivery information) ATTACHMENT 1 STATEMENT OF REQUIREMENT (SOR) 1.0 SUMMARY OF REQUIRMENT: Provide numerous multi/quadcopters for AFJROTC. This procurement is brand name or equal for Da-Jiang Innovations Phantom 3 Advanced (DJI-PH3-A): Drone STEM trainer with extra battery, charger, transmitter, GPS, integrated camera system, autopilot system for emergency return to launch, wireless connectivity, able to fly via droid tablet, phone and laptop. These multi/quadcopters shall meet the following requirements. 2.0 DESCRIPTION OF REQUIREMENTS: 2.1 Minimum specifications of need include: Size approximately 100 mm high and 550 mm Between motors, 4 propellers/rotors. Battery life 15 minutes/flight time 10-15 minutes. Integrated camera system, autopilot system for emergency return to launch, wireless connectivity with multicopter's telemetry system, ready-to-fly, transmitter, ability to fly autonomously via android tablet, android phone, or laptop. Safety features shall include the return to the take-off spot if the signal is lost and auto hover if you let go of the controls. Camera gear-mountable with video resolutions up to 1080p/10mp. Capture photos up to 10 frames per second. Minimum of a 90-day warranty. 2.2 All units shall be new and undamaged and in flight-ready/working order. Any defects found upon inspection shall be corrected by the contractor. 2.3 As new models are developed, contractor may substitute models for the upgraded version so long as the above specifications are met. 3.0 Performance Management Plan (PMP): The PMP must that shows a timeline from issuance of delivery order to delivery of multi-copters to the locations in Attachment 2. The PMP may be expressed in terms of "days after order". This PMP shall include, at a minimum, a timeline for: Description Days After Order Ordering the Multi-copters Delivery of Multi-copters
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/SSGHQ/F2XJA75154AW01/listing.html)
 
Place of Performance
Address: Holm Center JROTC, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN03867660-W 20150904/150902235514-ac20d5f47ff2e104ca19e33c41819ad1 (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.