Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

39 -- Robtic Bases - Provision Clauses

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0368
 
Archive Date
10/7/2016
 
Point of Contact
Nathlie M Hicks, Phone: 3013943985
 
E-Mail Address
nathlie.m.hicks.civ@mail.mil
(nathlie.m.hicks.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provision Clauses (i) 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; proposals are being requested and a written solicitation will not be issued. APG-ADL-B.5152.206-4400 Intent to Solicit Only One Source The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR Part 13.106-1(b) (1)(i) "Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements." The name of the company the Government intends to award a contract to: Clearpath Robotics, Inc. 1425 Strasburg Road, Unit 2a Kitchener, Ontario, N2R 1H2, Canada. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. (ii) The solicitation number is: W911QX-16-T-0368 This acquisition is issued as an Request for Quote (RFQ) / Notice of Intent to Sole Source (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular: 2005-89 (iv) The associated NAICS code is: 334511 The small business size standard is: 1250 employees (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLINS 0001: One (1) UGA Robotic Base w/: One (1) Husky A200 Unmanned Ground Vehicle (UGV) Robot Base One (1) Husky A200 UGN chassis One (1) Payload Mounting framework One (1) Onboard Microcontroller Two (2) Encoders One (1) Current and Voltage Sense Package One (1) Temperature Dianostics Package One (1) 24 Volt 20 Amp-hour (Ah) Sealed Lead Acid (SLA) battery pack One (1) Battery Charger CLINS 0002: One (1) Husky A200 20mm Belt Upgrade CLINS 0003: Four (4) Jackal J100 Robotic Research Platform w/ On-Board computer with WIFI; Bluetooth wireless Game Controller; GPS IMU; Li-Ion Battery;Battery Charger; Sensor Mounting Plates17 kilogram mass; 20 kilogram max payload; 508 x 430 x 250 mm overall dimensions 2 m/s (7.2 km/h) max speed; IP62 rating; -20 C to 45 C operating temperatures range 5/12/24 V regulated power available; ROS preinstalled CLINS 0004: Four (4) Jackal On-Board Computer Upgrade Intel i5-4570TE Dual Core, 2.7GHz Processor128GB Hard Drive; 8 GB RAM; Ethernet, USB 3.0, RS232. (IEEE 1394 available); Integrated 7260 WIFI CLINS 0005 (Option): One (1) UGA Robotic Base w/: One (1) Husky A200 Unmanned Ground Vehicle (UGV) Robot Base One (1) Husky A200 UGN chassis One (1) Payload Mounting framework One (1) Onboard Microcontroller Two (2) Encoders One (1) Current and Voltage Sense Package One (1) Temperature Dianostics Package One (1) 24 Volt 20 Amp-hour (Ah) Sealed Lead Acid (SLA) battery pack One (1) Battery Charger One (1) Husky A200 20mm Belt Upgrade CLINS 0006: (Option): Two (2) Jackal J100 Robotic Research Platform w/ On-Board computer with WIFI; Bluetooth wireless Game Controller GPS; IMU; Li-Ion Battery; Battery Charger; Sensor Mounting Plates 17 kilogram mass; 20 kilogram max payload; 508 x 430 x 250 mm overall dimensions; 2 m/s (7.2 km/h) max speed; IP62 rating; -20 C to 45 C operating temperatures range 5/12/24 V regulated power available; ROS preinstalled Jackal On-Board Computer Upgrade w/ Intel i5-4570TE Dual Core, 2.7GHz Processor128GB Hard Drive; 8 GB RAM; Ethernet; USB 3.0, RS232. (IEEE 1394 available); Integrated 7260 WIFI (vi) Description of requirements: N/A (vii) Delivery is required by: 60 days after award Delivery shall be made to: US Army Research 2800 Powder Mill Road Adelphi, Maryland 20783 Acceptance shall be performed at: US Army Research 2800 Powder Mill Road Adelphi, Maryland 20783 The FOB point is: Adelphi, Maryland 20783 (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: NONE (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 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 MAINTENANCE (JUL 2015) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 52.222-26, EQUAL OPPORTUNITY (MAR 2007) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUL 2014) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF 52.222-50, COMBATING TRAFFICKING IN PERSONS (FAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-36, PAYMENT BY THIRD PARTY (MAY 2014) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 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) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014) 252.225-7013 DUTY FREE ENTRY 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.232-7017, NOTICE OF SUPPLY CHAIN RISK (NOV 2013) 252.239-7018, SUPPLY CHAIN RISK (NOV 2013) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.204-0009 Contract-wide: by Fiscal Year. (SEP 2009) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-H.5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003) APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-I.5152.212-4401 DFARS COMMERCIAL ACQUISITION PROVISIONS AND CLAUSES (OCT 2015) APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on: 22 September 2016, by 10:00am EST, at: nathlie.m.hicks.civ@mail.mil (xvii) For information regarding this solicitation, please contact: Nathlie M. Hicks@ nathlie.m.hicks.civ@mail.mil or 301-394-3985
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ece44890535fc25b02ee19bb81a0f4c)
 
Place of Performance
Address: US Army Research, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04273601-W 20160917/160915235843-9ece44890535fc25b02ee19bb81a0f4c (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.