This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued.
The RFQ number for this announcement is N00189-21-Q-Z144. This solicitation documents and incorporates provisions and clauses in effect through FAC 2021-05 and the most recent DFARS Publication Notice made effect 20 May 2021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the addresses: https:/www.acquisition.gov/far/. The NAICS code is 334290 and the Small Business Standard is 1,250 employees. The proposed contract is being solicited and awarded to ViaSat on a sole source basis and this RFQ is not a request for competitive quotes.
The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff(JS) for the procurement of a ViaSat Move out/ Jump off (MOJO) Mini Kit and on-site training at the Joint Interoperability & Data Link Training Center (JID-TC). The MOJO Mini Kit is a condensed complete communications capability that will allow the JID-TC to present Joint Interface Control Officer (JICO) and Advanced Joint Operator Course (AJOC) students the ability to emulate real-world planning requirements, replicate critical fielded systems, in addition to managing complex live Multi-TDL Network (MTN) architectures required for real world Joint theaters of operation. The MOJO Mini system enables real-time air/ground situational awareness and network functions. The complete line-of-sight (LOS) and beyond-line-of-sight (BLOS) communications system is intended for on the move and at-the pause air, land and sea applications. The system enables rapidly deployable Link 16, TADIL-J and VHF/UHF networking in a compact and ruggedized package. The system will support the DoDs Crypto Modernization effort in conjunction with JID-TCs Small Tactical Terminals (STTs). The JID-TC has to have the ability & capability to replicate fielded system in order to effectively train JICO students. The required delivery date of the products shall occur 30 days after the date of contract award and training shall be scheduled after delivery of the kits and not later than 30 April 2022.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
It is intended to award a single Firm Fixed Price Purchase Order award as a result of this combined synopsis/solicitation with the following CLIN structure:
CLIN 0001: MOJO Mini Expeditionary Kit (Kit includes MOJO Mini, Accessory Kit, Antenna/Mask Kit, 200 ft of RF cable and 12 month warranty); Quantity of 1 each;
Option 1 CLIN 0002: DACAS-G-S (MOJO) Course 211 Operation and Maintenance Training at Customer CONUS location. Quantity of 1 each. Maximum 8 students - Course 211 is a 5-day, 40-hour training course that introduces the fundamental principles of Viasat’s DACAS-G-S (MOJO).
The following FAR provision and clauses are applicable to this procurement:
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.212-1 Instructions to Offerors - Commercial Items. No addenda are added to this provision. Paragraphs (e) and (h) of FAR 52.212-1 do not apply to this acquisition;
52.212-2 Evaluation-Commercial Items. The specific evaluation criteria in paragraph (a) of this provision are as follows: Award will be made on a sole source, price only basis to ViaSat; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items. Offerors are advised to include a completed copy of the provision at FAR 52.212-3 with its offer;
52.204-13 SAM Maintenance
52.212-4 Contract Terms and Conditions - Commercial Items. No addenda are added to this clause;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note).
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 10 months.
52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 532(a)(2))
52.219-32, Orders Issued Directly Under Small Business Reservess (MAR 2020)
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
52.222-35 Equal Opportunity for Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer
52.232-39 Unenforceability of Unauthorized Obligations
52.239-1 Privacy or Security Safeguards
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services -- Representation
52.252-2 Clauses Incorporated by Reference
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
252.204-7011 Alternative Line Item Structure
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.204-7015 Disclosure of Information To Litigation Support Contractors
252.211-7003 Item Unique Identification and Valuation
252.225-7048 Export-Controlled Items
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
252.243-7002 Requests for Equitable Adjustment
252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts)
The time and date for receipt of the sole source quote is 4:00 PM Eastern Standard Time on 16 September 2021. The quote shall be submitted via email to the attention of Yasmin Mohamed at [email protected]. Any questions or concerns regarding this procurement should be directed to Yasmin Mohamed who can be reached via email at [email protected].
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, as stated above. This notice of intent is not a request for competitive quotations.
******* End of Combined Synopsis/Solicitation ********