This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source buy to Cloud Cap Technology; however, the Government will consider all responses received within 3 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and DFARs Change Notice (DCN) 20100908. NAICS is 333315 with a small business size standard of 500 employees. Solicitation is for a commercial purchase of accessories for an unmanned aircraft to include (1) Novatel GS Upgrade, (1) Aircraft Novatel Integration Kit, (1) Piccolo II / 900, (1) Piccolo Ground Station Kit, (1) TASE DUO stabilized PTZ Camera Gimbal, (1) TASE Gimbal Developer's Kit, (1) VPS Imaging Processing System, (1) VPS Developer's Kit.
AFFTC/PKT, Edwards Air Force Base, CA is seeking potential sources capable of providing the following accessories for an unmanned aircraft: (1) Novatel GS Upgrade, (1) Aircraft Novatel Integration Kit, (1) Piccolo II / 900, (1) Piccolo Ground Station Kit, (1) TASE DUO stabilized PTZ Camera Gimbal, (1) TASE Gimbal Developer's Kit, (1) VPS Imaging Processing System, (1) VPS Developer's Kit.
REQUIREMENTS:
1. Qty. One (1) Novatel GS Upgrade-PGS
a. p/n 900-90015-0x upgrade to p/n 900-90015-4x, which includes L1/L2 Novatel Integration.
b. Upgrade Adds:
i. 500-01291-00 Novatel Receiver Board installed into PGS Assembly
ii. 500-01292-00 Antenna, GPS L1/L2, Ground Station
iii. 500-01293-00 Cable, Piccolo GS SMA to GPS L1/L42 Ant TNC, 50ft.
2. Qty. One (1) Aircraft Novatel Integration Kit Includes:
a. 500-02465-00 Novatel Flexpack G2 GPS Receiver
b. 500-01297-00 Antenna, GPS L1/L2, Aircraft
c. 500-01298-00 Antenna Cable, Flexpack TNC to Antenna SMA, LMR-100, 36 in.
d. 760-00300-00 Housing, Red Power Connector
e. 760-00301-00 Housing, Black Power Connector
f. 760-00302-00 Contacts, Power Connector, Qty 2
g. 760-00636-00 Pigtail, 25pin microD
3. Qty. One (1) Piccolo II / 900 - STD
a. Piccolo II Avionics with integrated UHF data link, 4 Hz GPS, Piccolo operating environment, autopilot software, Iridium and expanded payload support, added I/O
b. Radio Option: 900 MHz Unlicensed Band Radio
c. 760-00636-00 - Cable, 25 Pos. Pic II Daughter Board Pigtail
4. Qty. One (1) Piccolo Ground Station Kit - 900 MHz - with desk top GS assembly
a. Radio Option: 900 MHz Internal
b. Kit Includes:
i. 800-00309-00 - Assembly, 900 MHz UHF Ground Station SN
ii. 500-00640-00 - Cable, Pilot Console (Futaba new style)
iii. 500-00254-00 - Desk Top Power Supply
iv. 500-00253-00 - Antenna, 900MHz Ground Station
v. 500-00251-00 - AC Power Cord
vi. 500-00250-00 - Cable, 9 Pin Serial
vii. 500-00229-00 - Antenna, Ground Station GPS
5. Qty. One (1) TASE DUO stabilized PTZ Camera Gimbal with EO and IR Imagers
a. Includes FLIR IR Photon 320, 35mm lens (20 deg HFOV) and Sony FCB-EX980 EO Camera
b. Includes:
i. 760-00636-00 - Cable, 25 Pos. Gimbal Interface Pigtail
ii. 900-01207-00 - CD, Gimbal, Software and Documentation
6. Qty. One (1) TASE Gimbal Developer's Kit
a. Complete Bench integration support kit with ViewPoint software (control and video functionality), a video frame grabber card that supports the common PCMCIA cardslot format, and all necessary test harnesses.
b. Kit Includes:
i. 500-00250-00 - Cable, 9 Pin Serial
ii. 500-00257-00 - Cable, Piccolo Programming
iii. 500-00260-00 - Antenna, GPS, 114" SMA
iv. 500-00303-00 - Cable, Interface Power Adaptor
v. 500-01201-00 - Cable, Gimbal Interface
vi. 500-01202-00 - Cable, Gimbal Programming
vii. 500-01203-00 - USB Game Controller
viii. 500-01206-00 - DB9 Gender Changer Null Modem M-M
ix. 500-01209-00 - Video Card, PSMSIA
x. 500-01332-00 - USB to Serial Adapter
xi. 620-00562-00 - GPS Antenna Ground Plane
xii. 760-01178-00 - Adaptor, SMA-F to SSMA-,
xiii. 500-01468-00 - Power Supply, 12 V Avionics HWIL Power, Sermos Conn
xiv. 800-01686-00 - Gimbal Soft Mounting Kit, NEW
xv. 900-01208-00 - Software License - ViewPoint SW
7. Qty. One (1) VPS Imaging Processing System for external support for CCT TASE gimbals. Provides image stabilization, scene steering, object tracking, and data overlay on video.
8. Qty. One (1) VPS Developer's Kit - Complete bench integration support kit for integration of VPS module with TASE gimbal.
a. Kit Includes:
i. 500-02070-00 Cable, VPS Interface
ii. 500-02071-00 - Cable, VPS Video, 12in, SMA_SMA
iii. 500-02072-00 - Cable, VPS Programming
iv. 500-01468-00 - Power Supply, 12V Avionics HWIL Power, Sermos Conn
Delivery: 60 DARO
Place of delivery, performance, and acceptance is FOB Destination, Edwards AFB, CA 93524.
The following provisions and clauses apply:
Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer.
52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil.
Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) technical capability of the item offered to meet the Government requirement
(ii) price
52.212-3 Offeror Representations and Certifications -- Commercial Items
52.219-8 Utilization of Small Business Concerns
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity
52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate
52.225-4 Alternate I
252.212-7000 Offeror Representations and Certifications--Commercial Items
52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil.
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes
52.219-28 Post-Award Small Business Program 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
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-50 Trafficking
52.225-3 Buy American Act -- North American Free Trade Agreement
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer--Central
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
252.211-7003 Item Identification and Valuation
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
252.225-7001 Buy American Act, Balance of Payment Program
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies
252.247-7023 Transportation of Supplies by Sea
252.247-7023 Alternate III (MAY 2002)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101 Ombudsmen
Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Mary Ann Canales @ 661-277-9522), no later than Close of Business (COB) 25 Sep 10 at 12 pm PST. Faxed transmissions of quotes are acceptable. Fax #: 661-277-0470 (please call and verify that I have received the fax) or e-mail [email protected].