This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20151230. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This solicitation is unrestricted. The NAICS code is 333316 and small business size standard is 1,000 employees.
The contractor shall provide the following items on a firm fixed price basis including the cost of shipping FOB Destination:
CLIN 0001 QTY 2 High QE Ingaas Camera
SWIR-640U-Global-Shutter (or equal) High QE Ingaas 900NM-1.7UM Camera P/N SWIR-640U (or equal)
• High QE InGaAs from 900nm-1.7μm, VGA Resolution, 640x512 effective pixels. 15um square pixels, 12.3mm diagonal
• High Dynamic Range thanks to its patented Solar Cell pixel structure: 140dB- no illumination saturation
• Native WDR: Intrinsic wide dynamic range- no knee points to setup- no multiple exposures- 140 dB in a single shot
• Single USB 2.0 output- compatible with Windows OS (driver Vista 7.0, 8.0)
• Ease of use- delivered with GUI WiDyVISION
• Low power consumption and small form factor
• Sensor NSC1201-SI
• Resolution
• Operating Mode 640x512 pixels
• Global shutter (snapshot)
• Materials Ingaas
• Pixel size 15umx15um
• QE 80%
• Dimensions 49x49x33 mm
• Output USB 2.0 14bits
• Camera interface USB 2.0
• Dynamic Range >140dB- log response
• Lens mount CS/C Mount
• Frame rate up to 60fps
• Power Consumption <1.5W
• Operating Temp -40ºC + 70ºC
• Weight <125gr 2
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice
The required delivery date is 30 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is:
Depot 2
148 Electronic Parkway
Rome, NY 13441
The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3PM, (Eastern Time) 15 March 2016 Submit to: AFRL/RIKO, Attn: Jennifer Calandra-Willson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the requirements in the solicitation.
(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; ECC200 data matrix specification.
(A)LABEL:
If using Construct 1: encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.
If using Construct 2: encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.
Any costs associated in complying with these terms should be included in as part of the firm fixed priced offer herein.
(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 3 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement; and
(ii) price;
All evaluation factors when combined are approximately equal.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I as well as
252.203-7996, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION
252.209-7991, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2016 APPROPRIATIONS
For your convenience all referenced certifications are attached to this solicitation. (Attachment No.1)
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 FAR clauses cited in the clause are applicable to this acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-28, Post Award Small Business Program Re-representation
52.222-3, Convict Labor
52.222-19, Child Labor-Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers With Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment By Electronic Funds Transfer-System For Award Management
The following additional FAR and FAR Supplement provisions and clauses also apply:
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.211-6, Brand Name or Equal
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.247-34, FOB Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7005, Representation Relating to Compensation of Former DoD Officials
252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect.
(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(d)(1) Use of funds appropriated (or otherwise made available) by the Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.
(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
(a) Definitions. As used in this provision-
"Controlled technical information," "covered contractor information system," and "covered defense information" are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.
(b) The security requirements required by contract clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.
(c) For covered contractor information systems that are not part of an information technology (IT) service or system operated on behalf of the Government (see 252.204-7012(b)(1)(ii))-
(1) By submission of this offer, the Offeror represents that it will
implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, "Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations" (see http://dx.doi.org/10.6028/NIST.SP.800-171), not later than December 31, 2017.
(2)(i) If the Offeror proposes to vary from any of the security requirements
specified by NIST SP 800-171 that is in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of-
(A) Why a particular security requirement is not applicable; or
(B) How an alternative but equally effective, security measure is
used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.
(ii) An authorized representative of the DoD CIO will adjudicate offeror
requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract.
252.204-7011, Alternative Line Item Structure
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.211-7003, Item Identification and Valuation
Para. (c)(1)(i): N/A
Para. (c)(1)(ii): N/A
Para. (c)(1)(iii): N/A
Para. (c)(1)(iv): N/A
Para. (f)(2)(iii): N/A
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7031, Secondary Arab Boycott of Israel
252.227-7015, Technical Data--Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payments
252.239-7017, Notice Of Supply Chain Risk
252.239-7018, Supply Chain Risk
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea - Basic
252.247-7024, Notification of Transportation of Supplies by Sea
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: [email protected].
The following additional terms and conditions apply:
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com.
Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.
The Defense Priorities and Allocations System (DPAS) DO-C9.
All responsible organizations may submit a quote, which shall be considered