MODIFICATION
15 -- Small Unmanned Aircraft System (SUAS) and Parts
- Notice Date
- 9/12/2012
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY12R0046
- Response Due
- 9/27/2012
- Archive Date
- 11/26/2012
- Point of Contact
- Vaclav Slechta, 407/208-5048
- E-Mail Address
-
ACC-APG - Natick (SPS)
(vosh.slechta@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. *** NOTE - Previously posted as a Pre-Solicitation Notice under number W911QY-12-R-0037 - The full RFP with attachments shall be posted on Natick Contracting Division's Business Opportunity Portal at:http://www3.natick.army.mil/busopps.html and the direct link will be provided on FEDBIZOPPS web site *** SYNOPSIS The Natick Contracting Division (NCD) located at 13501 Ingenuity Drive, Suite 200, Orlando, FL 32826 hereby issues the following combined synopsis/solicitation Request for Proposal (RFP) W911QY-12-R-0046 under Full and Open competition, for unclassified commercial items prepared in accordance with the format in FAR Subparts 5.207 and 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. The associated NAICS code is 336411 and the small business size standard is1500 employees. Proposals MUST be good for 360 calendar days after close of proposal period. The Defense Priorities and Allocations System (DPAS) is applicable and assigned rating is DO-A1. The date, time and place offers are due is 4:30PM Eastern Standard Time (EST), 27 SEP 12 to: Brian P. Murphy 13501 Ingenuity Drive, Suite 200 Orlando, FL 32826 Brian.p.murphy52.civ@mail.mil Office: 407-384-5198 The Product Demonstration documents are due: NLT 3:30PM Central Standard Time (CST), 12 September 2012 to: Product Manager, Small Unmanned Aircraft Systems Attention: Major Jeffrey Poquette, Bldg 5300 Sparkman Center, Redstone Arsenal, AL 35898 Jeffrey.Poquette@PeoAvn.Army.Mil Mobile phone 256-842-7266 This Solicitation is for the full spectrum of Small Unmanned Aircraft System (SUAS) and Parts required supporting the SUAS Product Office (PdO) in CONUS and OCONUS, and its domestic and foreign customers. The Raven (RQ-11B) and Puma - All Environment Capable Variant (RQ-20A) SUAS are managed by the SUAS PdO, Redstone Arsenal, Alabama. The RQ-11B and RQ-20A are Reconnaissance, Surveillance, Targeting, Acquisition (RSTA) tools. The systems transmit live airborne video images, compass headings and location information to a Ground Control Station (GCS) and to a RSTA Laptop Computer. This capability enables operators to navigate, search for targets, recognize terrain, and record all information for analysis. A system generally consists of the following basic components: Unmanned Aircraft (UAs); GCS; Electro-Optic/Infrared (EO/IR) Payloads; RSTA Computer Kit and Field Repair Kit. An Initial Spares Package (ISP) is also fielded for support of the basic system. The SUAS Product Office currently fields the RQ-11B and RQ-20A primarily to the Army, and also to other DoD and Civilian Government Organizations. The Army currently has fielded 1,798 RQ-11B systems and 325 RQ-20A systems and has a requirement to sustain and maintain this existing fleet. The Army has met 92% of the RQ-11B Army Acquisition Objective (AAO), and has met 83% of the anticipated need for RQ-20A (required by USFOR-A-issued JUONS). Additionally, the current fleet has pre-planned spiral upgrades such as the Gimbal payload, which will be competed and retrofitted under this effort. The need exists to complete the AAO; maintain, sustain and upgrade the fleet; and procure future SUAS Systems as required by DoD, Other Government Agencies (OGA) and foreign countries. While the current systems fielded are the RQ-11B and the RQ-20A, alternative Medium and Long Range SUA systems may be procured to meet the anticipated future requirement of approximately 300 Medium and approximately 150 Long Range SUA systems with spare/repair parts. Additionally SUAS PdO must maintain the capability to support current and future Warfighter needs for SUAS systems in CONUS and OCONUS. Due to the inherit flexibility required for future purchase quantities; multi-award, Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts are most appropriate to support this effort. Offerors shall provide a standard one year commercial warranty as outlined in the RFP requirements. For this solicitation, all items required must be new, fully functional, present, and compatible as required by the SOW. Solicitation and Attachments **The full RFP with attachments shall be posted on Natick Contracting Division's Business Opportunity Portal at: http://www3.natick.army.mil/busopps.html Question Submission: Interested offerors must submit any questions concerning the solicitation IAW the instructions within the RFP. Questions not received IAW the RFP instructions may not be considered. The contract Period of Performance (PoP) is five years with a Base Period of three years, and 2 one-year option periods. CLINS 0001-0087 are applicable to the Base Period, CLINS 1001-10087 apply to the first option period, and CLINS 2001-2087 apply to the last option. The full list of contract line item number(s) and items, quantities and units of measure, including option(s) are found in addendum section section B of this RFP document. See the RFP for a full description of requirements to be acquired. Specific date(s) and place(s) of delivery, acceptance and FOB point will be specified in the individual Delivery orders. The multiple IDIQ contract awards are currently scheduled for December 2012, and shall have a cumulative ceiling of $248M for all orders. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the addendum clauses listed in the RFP. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offerors must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov. Also, offerors must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports"; the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. The Government reserves the right to vary quantities by +/- 50% due to operational requirements and intends to make multiple awards to meet said requirements. The Government also reserves the right to increase and decrease the Period of Performance dates due to mission requirement. In the event this happens, the Contracting Officer will notify the Contractors within 12-24 hours to make adjustments accordingly. The Full and Open competition award decision is based on evaluation factors that are tailored to the acquisition. Evaluation Factors: FACTOR #1: TECHNICAL, #2 PAST PERFORMANCE, #3: PRICE #3: SMALL BUSINESS PARTICIPATION PLAN The Technical Factor is more important than Past Performance. Past Performance is more important than Price & Price is more important that Small Business Participation Plan. When combined, all non-priced factors are more important than the price factor. Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks ?have?, the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) Principal, for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. Point of Contact(s): Brian P. Murphy Branch Chief/Contracting Officer Office 407-384-5198 Brian.p.murphy52.civ@mail.mil Secondary Points of Contact: Michael Olinick Contract Specialist/Tolliver Group/Contractor Michael.s.olinick.ctr@mail.mil / 407-208-5070 Vaclav "Vosh" Slechta Contract Specialist/Tolliver Group Slechta.vaclav.ctr@mail.mil / 407-208-5048
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f51ed6c5ad4f70b082b273bf7a1d150e)
- Place of Performance
- Address: Product Manager, Small Unmanned Aircraft Systems Redstone Arsenal Redstone Arsenal AL
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN02879927-W 20120914/120913001425-f51ed6c5ad4f70b082b273bf7a1d150e (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 |