Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

A -- Vivaldi Antennas

Notice Date
8/20/2012
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12P0018
 
Response Due
9/8/2012
 
Archive Date
11/7/2012
 
Point of Contact
Jocelyn Shively, 703-704-0825
 
E-Mail Address
ACC-APG - Washington
(jocelyn.shively@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1.This Request for Quotation (RFQ), W909MY-12-P-0018, is 100% Set Aside for Small Business.The US Army Contracting Command-APG-, Belvoir Division intends to award a firm fixed price purchase order on behalf of US Army CERDEC Night Vision and Electronic Sensors Directorate (NVESD) Ground Vehicle Application Branch of Counter Mine Division, Fort Belvoir, VA for a quantity of 20 Ultra Wide Band receiver antennas. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334412. This requirement is restricted as a SMALL BUSINESS SET-ASIDE and only qualified offerors may submit quotes. The small business size standard is 500 employees for the North American Industry Classification System. Offerors must be a SMALL BUSINESS and registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. 2. The requirements are as follows: Equipment Requirements: An array of 20 Ultra Wide Band receiver antennas to construct and build a data collection capability to test and evaluate a new advanced antenna design and configuration. The required radar design has to have specifications consistent with forward looking radar for subsurface target detection. Special Requirements: Light weight (< 3 lb), Compact (< 16"xl6"xl/2") Wide bandwidth response (500Mhz-1.5Ghz). Shipments are to be FOB Destination. All items are to be shipped to: ATTN: Tuan Ton CJNDT DIR NGT VIS & ELEC-OPTICS, Bldg 355 Fort Belvoir, VA 22060-5424 The anticipated award date is 20 days from the issuance of this solicitation. Delivery is required within 30 days after contract award, FOB Destination. 3. The following provisions are applicable to this solicitation: 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items) (Mar 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (v) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (vi) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vii) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (ii) 52.232-1, Payments (Apr 1984). (iii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iv) 52.232-11, Extras (Apr 1984). (v) 52.232-25, Prompt Payment (Oct 2008). (vi) 52.233-1, Disputes (July 2002). (vii) 52.244-6, Subcontracts for Commercial Items (Jan 2011). (viii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Oct 2010) (41 U.S.C. 35-45) (Applies to supply contracts over $15,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) (Applies to contracts over $15,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands.) (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services performed on Federal facilities). (viii) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (Unless exempt pursuant to 23.204, applies to contracts when energy-consuming products listed in the ENERGY STAR Program or Federal Energy Management Program (FEMP) will be- (A) Delivered; (B) Acquired by the Contractor for use in performing services at a Federally-controlled facility; (C) Furnished by the Contractor for use by the Government; or (D) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.) (ix) DELETED (x) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (xi) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xii) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sep 1989) (Applies to fixed-price supplies). (iii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110 247) (Applies to contracts greater than $25,000 that provide for the provision, the service, or the sale of food in the United States.) (iv) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (v) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 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/these address (es): http://farsite.hill.af.mil. (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post acceptance rights -- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (End of Clause) DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT-CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) DFARS 252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT DFARS 52.227-1 AUTHORIZATION AND CONSENT DFARS 252.227-7027 DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE DFARS 252.227-7028 TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVED TO THE GOVERNMENT FAR 52.227-2 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT INFRINGEMENT FAR 52.227-03 PATENT INDEMNITY AND ALTERNATE II,(APR 84) FAR 52.227-06 ROYALTY INFORMATION FAR 52.227-09 REFUND OF ROYALTIES DFARS 252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION DFARS 252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE OR DISCLOSURE RESTRICTIONS This patent indemnification shall be applicable to any patent claims or suits against the Government arising out of any activity occurring pursuant to this contract regarding the making, use, or sale of any items, or materials; or the practicing of any processes; which, in either case, have been sold or offered for sale by the contractor or its subcontractors hereunder to the public, in the commercial open market, and to such items, materials, or processes with relatively minor modifications thereto. DFARS 252.227-7025 LIMITATION ON THE USE OF DISCLOSURE OF THE GOVERNMENT- FURNISHED INFORMATION MARKED WITH RESTRICTIVE LEGENDS DFARS 252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT DFARS 252.227-7013 RIGHTS IN TECHNICAL DATA-NONCOMMERCIAL ITEMS 4. BASIS FOR AWARD: The Government intends to make an award on a competitive basis to the offeror who submits the lowest price, technically acceptable offer. To be considered technically acceptable, all requirements specified in paragraph 2 must be met, and the offer must be deemed responsive to the terms of this solicitation and responsible by the Contracting Officer. Award may be made without discussions. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes shall be submitted by email to: jocelyn.n.shively.civ@mail.mil NO LATER THAN 5 PM on 8 September 2012. Late offers will not be considered for award. The email subject line should include the phrase "W909MY-12-F-0013." All requests for further information must be in writing and via email to the above address; telephone requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50136bc668a362285c21e1cc6eaa72d8)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02847045-W 20120822/120820235953-50136bc668a362285c21e1cc6eaa72d8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.