Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
SOLICITATION NOTICE

69 -- ELITE FORM INTEGRATED SYSTEM - DFAR CLAUSE 252.209-7998 (DEV)

Notice Date
9/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 2, 1300 Helicopter Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92243-12-T-TC21
 
Archive Date
9/22/2012
 
Point of Contact
Patricia Cresswell, Phone: 757-763-2440
 
E-Mail Address
trisha.cresswell@navsoc.socom.mil
(trisha.cresswell@navsoc.socom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFAR Clause 252.209-7999 (DEV); Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law (JAN 2012) DFAR CLAUSE 252.209-7998 (DEV); Representations Regarding Convection of a Felony Criminal Violation Under Any Federal or State Law (MAR 2012) 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; quotes are being requested and a written solicitation will not be issued. Solicitation H92243-12-T-TC21 is issued as a request for quotation (RFQ). This is notice that NSWG2 Logistics Support Contracting Office, JEB Little Creek, Virginia Beach, VA 23459 intends to award a firm fixed price contract. The associated NAICS code is 541511 and the Small Business Size Standard is $25.5M. This requirement is 100% set aside for small business. Brand name or equal. If quoting on an equal, provide detailed specifications for evaluation. Item 0001: 16 each: Elite Form Integrated System Item 0002: 1 each: Strength Planner Software for above system Item 0003: 1 each: Custom Development for above system Item 0004: 1 each: Customer Server Development and Deployment for above system Item 0005: 1 each: Deployment and Training; to include On-site Installation; staff training session Item 0006: 1 each: Software and system support - first year The above requirement is for a comprehensive strength and conditioning solution that utilizes 3D depth cameras to provide marker-less motion capture during strength and conditioning training that will provide real-time visual feedback during lifting to athletes and video instant-replay for form analysis. This software must also provide automatic historic storage of all actual lifting results and also marking tools for analysis of lifting results. The 3D camera hardware must be placed in optimum positions for motion capture and required algorithms and must be protected by integrated computer case to prevent damage during strength training. The software solution must be capable of integrating with a tablet type monitor to deliver workouts to the rack and obtain actual lifting results from the motion capture algorithms. This data must be available to the staff for analysis and to provide new strength and conditioning workouts. Software must be customizable by the coaching staff and have capability of secure encryption and secure login and password for both the athlete and the coach. NOTE: THE ATTACHED TWO DFAR CLAUSES MUST BE FILLED OUT AND RETURNED WITH THE QUOTE. (See attached PDF file) Note that you must be registered in the Central Contractor Registration system to be considered for the award. Registration is free and can be completed online at http://www.sam.gov Offerors shall complete the provision at 52.212-3, Offer Representation and Certification-Commercial Items which can be found completed via the ORCA website https://sam.gov The above registrations can be completed through the System for Award Management (SAM)at www.sam.gov. The System for Award Management (SAM) is a free web site that consolidates the capabilities that used to be found in CCR/FedReg, ORCA and EPLS. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61, effective 13 SEP 2012. FAR 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. The following factors shall be used to evaluate offers: Technical capability and price. Award will be based on lowest price technically acceptable. The following provisions and clauses apply to this acquisition: It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. FAR 52.204-7 Central Contractor Registration FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99 - System for Award Management Registration (August 2012) (Deviation) FAR 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items, applies to this acquisition as well as FAR 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation) FAR 52.219-6 - Small Business Set-Aside FAR 52.222-3 -- Convict Labor FAR 52.222-19 - Child Labor, Cooperation with Authorities and Remedies FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messages FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-99 - Providing Accelerated Payment to Small Business Subcontractors (Deviation) (Aug 2012) FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes -- Fixed-Price FAR 52.247-34 - F.O.B. Destination FAR 52.252-2 - Clauses Incorporated By Reference FAR 52.252-5 (DEV) - Terms and Conditions Statues FAR 52.252-6 - Authorized Deviations in Clauses DFAR 252.203-7000 - Requirements Relating to Compensation DFAR 252.203-7002 - Requirement to Inform Employees DFAR 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Central Contractor Registration DFAR 252.204-7008 - Export Controlled Item DFAR 252.211-7003 - Item Identification and Valuation DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7001-Buy American Act and Balance of Payments Program DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 -- Levies on Contract Payments and DFARS 252.243-7001-- Pricing of Contract Modifications SOFAR 5652.204-9003 Disclosure of Unclassified Information (2007) SOFAR 5652.233-9000 Independent Review of Agency Protest SOFARS 5652.237-9000 - Contractor Personnel Changes Quotations are due no later than September 21, 2012 at 12:00pm Eastern time. Email: trisha.cresswell@navsoc.socom.mil; or fax 757-462-2434.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NorfolkVA/H92243-12-T-TC21/listing.html)
 
Place of Performance
Address: 1300 Helicopter Road, Bldg 3854, JEB Little Creek, Virginia Beach, Virginia, 23459, United States
Zip Code: 23459
 
Record
SN02887846-W 20120920/120919001659-2e85a36c02ecd43f85e1696e38d9e093 (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.