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, 2015 FBO #5041
SOLICITATION NOTICE

78 -- Unmanned Aerial Vehicles (UAVs) for the Science, Math, Engineering, and Technology (STEM) Outreach Program - Brand Name Justification

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339930 — Doll, Toy, and Game Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8201-15-R-0028
 
Archive Date
10/3/2015
 
Point of Contact
Brandi Clark, Phone: 8015863347
 
E-Mail Address
brandi.clark@us.af.mil
(brandi.clark@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
STEM UAVs Brand Name Justification Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: FA8201-15-R-0028 This solicitation is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-83. (iv) Contracting Officer's Business Size Selection: Subject to Brand Name Justification NAICS Code: 339930 Small Business Size Standard: 500 employees (v) CLIN 0001 - 3D Robotics IRIS+ (915mHZ option) Quadcopter (3DR0171). QTY: 12 EA CLIN 0002 - 3D Robotics IRIS+ Propeller Set (PRC0009). QTY: 24 EA CLIN 0003 - 3D Robotics IRIS+ Tall Legs (3DR0014). QTY: 20 EA CLIN 0004 - 3D Robotics IRIS+ Replacement Arms, Blue (3DR0102). QTY: 12 EA CLIN 0005 - 3D Robotics Tarot T-2D Brushless Gimbal Kit (3DR0654). QTY: 12 EA CLIN 0006 - GoPro HERO4 Silver Edition (PRC0178). QTY: 12 EA CLIN 0007 - 3D Robotics LiveView Kit for GoPro HERO4 (3DR0417). QTY: 12 EA CLIN 0008 - 16GB Micro SD HC Card for GoPro Camera (PRC0245). QTY: 12 EA CLIN 0009 - 3D Robotics IRIS Wheeled Hard Case (PRC0488). QTY: 12 EA CLIN 0010 - 3D Robotics IRIS+ 5100 mAh LiPo Battery Pack (PRC0010). QTY: 24 EA (vi) Description of item(s) to be acquired: The contractor shall provide the equipment needed for the Unmanned Aerial Vehicles (UAV)s in accordance with the CLINs listed above. (vii) Dates and Place of Performance: Delivery of equipment will be 30 Days after Receipt of Award. FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1200 MST, 18 September 2015 via e-mail to brandi.clark@us.af.mil. Submit quotations on company letterhead or pricing document; contractor format acceptable. Quotations must include as a minimum: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offeror; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Price and any discount terms; 6. "Remit to" address, if different than mailing address; 7. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The government reserves the right to make award on the initial quote without discussions. (ix) 52.212-2: Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical capability of the item offered to meet the Government requirement; (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which fully meets all requirements IAW the CLINs above. The lowest priced proposal will be evaluated first for technical acceptability (to be based on the specifications in the CLIN), If found technically acceptable, no other proposals will be evaluated. The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition; and the following FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2015) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2015) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (IAW FAR 22.1408(a))(OCT 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 Buy American- Supplies (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a))(JUN 2008) 52.225-18 Place of Manufacture (MAR 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C.3332). 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (AUG 2015) 252.204-7011 Alternative Line-Item Structure (SEP 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (FEB 2014) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7048 Export-Controlled Items (JUN 2013) (xiii) Additional Contract Requirement or Terms and Conditions: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (IAW FAR 52.107(b)) 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. 52.204-7 System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) Details will be provided on award. 252.232-7010 Levies on Contract Payments (DEC 2006) 52.247-34 F.O.B. Destination (Nov 1991) 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA 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) 256-2397, facsimile number (571) 256-2431. (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) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Proposal Submission Information: (xvi) All questions or comments must be sent to Brandi Clark by email at brandi.clark@us.af.mil. Offers are due by 1200 MST, 18 September 2015 via e-mail to brandi.clark@us.af.mil. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-15-R-0028/listing.html)
 
Record
SN03879256-W 20150912/150910235317-c6b76617de942ab019ece225f7a76afc (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.