Federal Bid

Last Updated on 01 Feb 2019 at 9 AM
Combined Synopsis/Solicitation
Hill air force base Utah

Image Generator (IG)

Solicitation ID FA8223419R6732
Posted Date 03 Jan 2019 at 7 PM
Archive Date 01 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location Hill air force base Utah United states

  

FA8223419R6732     

Image Generator (IG)

 

This is a commercial Single Source solicitation notice combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6, and FAR Part 13 Simplified Acquisition Procedures (SAP) as supplemented with additional information included in this notice under the authority of FAR 13.106-1(b) (2) and 13.501(a).

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 

•·         FA8223419R6732 is issued as a request for quotation (RFQ). 

•·         This is a notice for a sole source quote in accordance with FAR 6.302-1under Norrth American Classification System (NAICS) code 334111, size standard is 1250 employees.

The Government intends to solicit and negotiate a Firm Fixed Price (FFP) purchase order for:

Image Generator (Qty. 1), (pC-NOVA version 8 or better, 15 OTW, 1 x IOS/stealth, 2 x sensor channels, 1 symbology channel), 4x4 video switch, and integration.  

Item Number 

    Part Number

Description

QTY

 

0001-AA

 

Image Generator

Image Generator (pC-NOVA version 8 or better, 15 OTW, 1 x IOS/stealth, 2 x

sensor channels, 1 symbology channel), 4x4 video switch, and integration;

Image Generator one year warranty from delivery; COTS standard documentation.

 1

 

0002-AA

 

Radar Data Generator

 

Please see the attachedment for more details.

 

1

 

0003-AA

 

Freight and Insurance for 42U Rack

Please see the attachedment for more details.

 

1

 

0004-AA

 

Datapack

Please see the attachedment for more details.

 

1

 

0005-AA

 

COMS O&M Training

Please see the attachedment for more details.

 

1

 

 

OEM: Aechelon Technology, Inc

Delivery:   120 Days ARO

 

Patricia Adams  

[email protected]

801-777-4422

309 SMXG

6137 Wardleigh RD. Bldg. 1515

Hill AFB, UT 84056

 

 

  See the attached delivery schedule

 

FOB: Destination - Deliverables will be inspected and tested upon arrival

Description of requirements: See the attached Purchase Specification

This is not a request for competitive quotes, all responsible sources may submit a capability statement and quotation.  Offers from firms will only be considered when it can be determined prior to award that the items being offered will meet the Governments requirement.  Award will not be delayed pending technical acceptability determination.

INSPECTION AND ACCEPTANCE CRITERIA
Delivery will be 120 Days ARO and will be inspected upon arrival by the Government.

Ship to:

Patricia Adams  

[email protected]

801-777-4422

309 SMXG

6137 Wardleigh RD. Bldg. 1515

Hill AFB, UT 84056



REQUIRED SUBMISSIONS

All vendors shall submit the following: 

1) A Firm Fixed Price (FFP) quotation including all required items (all or nothing) 

2) Cage Code, DUNS Number, delivery timeframe after receipt of order, 

3) This is a Combined Synopsis/Solicitation for Image Generator (IG). The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:

 Offeror shall list exception(s) and rationale for the exception(s)

PROVISIONS AND CLAUSES

This solicitation document and incorporated provisions and clauses are those in effect through Fedreal Acquisition Circular (2005-95).

The following provisions apply to this acquisition:
52.212-1                Instructions to Offerors - Commercial;
52.203-3 Gratuities

52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) --Alternate I

52.203-18             Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.203-19             Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

52.204-4 Printed or Copied Double-=Sided on Recycled Paper

52.204-6 Unique Entity Identifier

52.204-7 System for Award Management

52.204-10             Reporting Executive Compensation and First-Tier Subcontract Awards.

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.

52.204-22             Alternative Line Item Proposal

52.209-6               Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters

52.209-10             Prohibition on Contracting with Inverted Domestic Corporations

52.212-4 Contract Terms and Conditions - - Commercial Items

52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns

52.219-9 Small Business Subcontracting Plan (Deviation 2016-O0009)

52.219-16             Liquidated Damages-Subcontracting Plan

52.219-28             Post-Award Small Business Program Rerepresentation

52.222-19             Child Labor - - Cooperation with Authorities and Remedies

52.223-18             Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13             Restrictions on Certain Foreign Purchases

52.225-25             Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications

52.232-39             Unenforceabilityof Unauthorized Obligations

52.232-40             Providing Accelerated Payments to Small Business Subcontractors

52.242-5 Payments to Small Business Subcontractors

52.245-1 Government Property

52.245-9 Use and Charges

52.246-17             Warranty of Supplies of a Non- complex Nature

252.203-7000      Requirements Relating to Compensation of Former DoD Officials

252.203-7002      Requirement to Inform Employees of Whistleblower Rights

252.203-7005      Representation Relating to Compensation of Former DoD Officials

252.204-7003      Control of Government Personnel Work Product

252.204-7006      Billing Instructions

252.204-7008      Compliance with Safeguarding Covered Defense Information Controls

252.204-7011      Alternative Line Item Structure

252.204-7012      Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015      Notice of Authorized Disclosure of Information for Litigation Support

252.205-7000      Provision of Information to Cooperative Agreement Holders

252.209-7004      subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country

252.211-7003      Item Unique Identification and Valuation

252.213-7000      Notice to Prospective Suppliers on Use of Past Performance Information Retrieval                                             System-Statistical Reporting in Past Performance Evaluations

252.219-7003      Small Business Subcontracting Plan (DOD Contracts). (Deviation 2016-O0009)

252.219-7004      Small Business Subcontracting Plan (Test Program)

252.222-7007      Representation Regarding Combating Trafficking in Persons

252.223-7008      Prohibition of Hexavalent Chromium

252.225-7012      Preference for Certain Domestic Commodities

252.225-7048      Export-Controlled Items

252.225-7050      Disclosure of Ownership or Control by the Government of a Country that is a State                                            Sponsor of Terrorism

252.226-7001      Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native                                        Hawaiian Small Business Concerns

252.232-7010      Levies on Contract Payments

252.239-7009      Representation of Use of Cloud Computing

252.239-7010      Cloud Computing Services

252.243-7001      Pricing Of Contract Modifications

252.243-7002      Requests for Equitable Adjustment

252.244-7000      Subcontracts for Commercial Items

 

In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. If paragraph (j) of the provision applies, a written submission is required;

 The following clauses apply to this acquisition:

52.212-4                Contract Terms and Conditions-Commercial Items;
52.212-5                (deviation) Contract Terms and Conditions Required to Implement Statutes or                                     Executive Orders-Commercial Items including subparagraphs;
52.247-34              F.O.B. Destination;
52.252-2                Clauses Incorporated By Reference; 
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; and
252.232-7006 Wide Area Workflow Payment Instructions

All current and/or future information about this acquisition, i.e. amendments, purchase specification, Questions and Answers (Q&A), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

Point of Contact(s):

Hayder Faisal

801-586-0999

Any questions concerning this requirement must be submitted in writing via email at least 5 working days prior to the closing date.  Questions need to be emailed too directly to [email protected] with a CC copy to David Lovett, [email protected] in accordance with FAR Clause 52.212-3, Offer Representations and Certifications - Commercial Items.  It is manadatory that all offers wishing to be considered for award must be currently registered, obtain a DUNS number, have an "active" Cage Code, and maintain Online Representations and Certifications Application with System for Award Management (SAM) at www.sam.gov. Failure to comply with the above mentioned regulations will result in an award to the next otherwise successful registered Offeror.

Proposal shall be submitted by 3:00 PM MST on 17 Jan 2019 to [email protected] with a CC copy to David Lovett, [email protected].

 

The offeror shall ensure the Contracting point of contact acknowledges receipt of their electronic proposal for verification of delivery and acceptance in either email inbox. It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe. FAX COPIES CANNOT BE ACCEPTED.

All current and/or future information about this acquisition, i.e, amendments, purchase specification, and Q &A's will be distributed through FBO. Therefore, interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation.

 

Bid Protests Not Available