SOLICITATION NOTICE
19 -- EcoMapper Autonomous Underwater Vehicle for the United States Naval Academy
- Notice Date
- 12/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336612
— Boat Building
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018916TZ054
- Point of Contact
- Martyn Piggott 215-697-9638 Mr. Martyn Piggott
- E-Mail Address
-
7-9638
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ Number is N00189-16-T-Z054. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-85 and DFARS Publication Notice 20151130. 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 these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 336612 and the Small Business Standard is 500 employees. The Small Business Office concurs with the set-aside decision: Other than Full and Open Competition. The NAVSUP FLC Norfolk, Philadelphia Office intends to issue a sole source, firm fixed price purchase order for the acquisition of the following requirement. CLIN0001 (QTY: 1) IVER3-580, Mission Planning Software, RDI DVL w/ ADCP, EXO Integration CLIN0002 (QTY: 1) StarFish 452F Side Scan Sonar CLIN0003 (QTY: 1) Iridium Data Communications CLIN0004 (QTY: 1) Iridium Data Plan CLIN0005 (QTY: 1) Handheld Remote Control CLIN0006 (QTY: 1) Transportation Cases and Stand CLIN0007 (QTY: 1) Field Rugged Operator Console, w/ Mission Planning Software CLIN0008 (QTY: 1) IVER3 Field Spares Kit CLIN0009 (QTY: 1) Acoustic Pinger (Low Power) CLIN0010 (QTY: 1) AUV Pinger Bracket, Rev.A01 CLIN0011 (QTY: 1) Under Water Hydrophone, Diver Handheld and Deck Unit CLIN0012 (QTY: 1) EcoMapper Wi-Fi Box CLIN0013 (QTY: 1) EcoMapper Factory Training, 3 days, up to 4 operators, St. Petersburg, FL. CLIN0014 (QTY: 1) EXO1, Deep, and Cardboard box CLIN0015 (QTY: 1) EXO Conductivity/Temperature Sensor CLIN0016 (QTY: 1) ISE01 pH Sensor Assembly, Guarded, Ti CLIN0017 (QTY: 1) EXO Optical DO Sensor, Ti CLIN0018 (QTY: 1) EXO Turbidity Sensor, Ti CLIN0019 (QTY: 1) EXO Total Algae, PE Sensor, Ti CLIN0020 (QTY: 1) EXO Signal Output Adapter - DCP (Integrated into IVER3) CLIN0021 (QTY: 1) EXO Signal Output Adapter- USB CLIN0022 (QTY: 1) 3168, Conductivity Calibrator, 10,000 umhos/cm (8 ea, pint) CLIN0023 (QTY: 1) 3824, pH Buffer, Assorted Case (6 pints; 2ea 4, 7, and 10) CLIN0024 (QTY: 1) 6073G Turbidity Std. 100 NTU (6026), 126 NTU (6136), 1-gal The delivery for the above CLINs is 90 days ADC; Delivery Location is the US Naval Academy, 290 Buchanan Road, Annapolis, MD 21402. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The contract for the above requirement will be for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority for FAR 13.501(a). Interested persons may identify their interest and capability to respond to future similar requirements, however, this notice is not intended to be a request for competitive quotes from any source other than YSI, Inc. A determination by the Government not to compete this requirement was made and is entirely within the discretion of the Government. Any information received in response to this combined synopsis/solicitation notice will be considered solely for the purpose of future requirements in determining whether to conduct a competitive procurement. The Government will not pay for information submitted in the response to this notice. Authority cited: The Statutory Authority permitting Other Than Full and Open Competition for this requirement is 41 USC 1901(e) (2) - a sole source acquisition under the authority of the test program for certain commercial items, as implemented by FAR 13.501(a). This acquisition will be sole sourced to YSI, Inc., 9843 18th St. N STE 1200, Saint Petersburg, FL, 33716. YSI, Inc. is the sole manufacturer of the EcoMapper Autonomous Underwater Vehicle and required sensors. The following FAR provision and clauses are applicable to this procurement: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-7 System for Award Management JUL 2013 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13 System for Award Management Maintenance JUL 2013 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations ”Representation NOV 2015 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (NOV 2015) Alternate I OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2015) 52.219-8 Utilization of Small Business Concerns (OCT 2014) 52.219-14 Limitations on Subcontracting (NOV 2011) 52.219-28 Post Award Small Business Program Representation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Apr 2015) 52.222-35 Equal Opportunity for Veterans (Oct 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) 52.222-37 Employment Reports on Veterans (Oct 2015) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (March 2, 2015) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.239-1 Privacy or Security Safeguards AUG 1996 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7997 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) OCT 2015 252.203-7999 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015- O0010) FEB 2015 252.204-7003 Control of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. SEP 2015 252.204-7015 Disclosure of Information to Litigation Support Contractors FEB 2014 252.209-7004 Subcontracting with Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.211-7003 Item Unique Identification and Valuation DEC 2013 252.215-7008 Only One Offer OCT 2013 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program ”Basic (Nov 2014) NOV 2014 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic (Nov 2014) NOV 2014 252.225-7048 Export-Controlled Items JUN 2013 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.225-7994 (Dev) Additional Access to Contractor and Subcontractor Records in the United States Central Command Theater of Operations (Deviation) MAR 2015 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 Any questions or concerns regarding this award should be directed to Martyn Piggott who can be reached at 215-697-9638 or email martyn.piggott@navy.mil. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018916TZ054/listing.html)
- Place of Performance
- Address: United States Naval Academy
- Zip Code: 290 Buchanan Road, Annapolis, MD
- Zip Code: 290 Buchanan Road, Annapolis, MD
- Record
- SN03971627-W 20151218/151216234918-c98cee3915fc7288798e0424bee2132f (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 |