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
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:
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.