Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
MODIFICATION

15 -- Recon Devices

Notice Date
2/13/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
284 Stephen Douglas Street, HAAF, GA 31409
 
ZIP Code
31409
 
Solicitation Number
HAAF175AML0025
 
Response Due
2/13/2018
 
Archive Date
8/12/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is HAAF175AML0025 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 423690 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-02-13 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Savannah, GA 31409 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Go Pro Karma with HERO 6 Black Bundle Bundle includes: Karma Controller, Karma Drone, Karma Stabilizer, Karma Harness, Karma Charger, Karma Battery, 6 Propellers, Karma Grip, Karma Case, Karma Mounting Ring, and Go Pro HERO 6 BLACK camera Recon Device must be able to reach a speed of 35 mph, max distance of 9,840 ft, max flight of 10,500ft, maximum wind resistance of 22 mph -Operates on a 2.4 GHz frequency -Opened dimensions 12"(L) x16.2"(W)x4.6"(H) -Must collapse to 14.4"(L)x8.8"(W)x3.5"(H) -Propeller Length 10" -Weight 35.5 oz Controller must have a screen size of 5" and resolution of 720p. Screen brightness must be 900 nits and battery life of 4 hours. Operates on a frequency of 2.4 GHz. Weight of the controller is 22 oz and has a USB-C charge port. Karma Battery has the following dimensions: 8"(L)x3.6"(W)x1.75"(H) weight is 19.3oz and flight time is up to 20 minutes. Rated to be a 14.8V 5100mAH (75.4Wh) and is a Li-Po battery Karma Charger is rated at 16.8V and 5A. The cables are USB-C and Custom Karma Battery connector. It takes an hour to charge the battery and 2.5 hours for the Karma Controller and 2 hours for Karma Grip. Plug types A,C,G,I,F included for various countries. Karma Stabilizer Range of Motion -90 to 20 degrees. Compatible with Hero 6 Black, Hero 5 Black, and Hero 4 Black/Silver weight of 80z and 3 axis Karma Grip Handle Dimensions 8"(L)x1.7"(W)x1.7"(H) Battery life of 1.75 hours and weight of 8.62 oz, and charge port compatible with USB-C Karma Case Dimesnions: 21.3"(L)x12.6"(W)x5.9"(H) Case has built in shoulder mount and padding for all items. Go Pro Hero 6 Black Camera -Captures 4K 60fps with 1080p resolution with 240 fps recording for ultra sharp, clear footage. Touch control LCD screen. 12.0MP camera with burst option up to 30 fps. Camera is equipped with electronic image stabilizer, voice control, HDR photo, built in GPS, Built in Dual microphone system with advanced voice reduction, water resistant up to 33 ft, and built in Wi-Fi and Bluetooth. Dimensions 1.26"(H)x2.44"(W)x1.75"(D) and 0.26lbs, 3, EA; LI 002: Go Pro Hero 6 Black Camera (Separate from the cameras listed in line item 001) -Captures 4K 60fps with 1080p resolution with 240 fps recording for ultra sharp, clear footage. Touch control LCD screen. 12.0MP camera with burst option up to 30 fps. Camera is equipped with electronic image stabilizer, voice control, HDR photo, built in GPS, Built in Dual microphone system with advanced voice reduction, water resistant up to 33 ft, and built in Wi-Fi and Bluetooth. Dimensions 1.26"(H)x2.44"(W)x1.75"(D) and 0.26lbs, 6, EA; LI 003: SanDisk-Extreme Plus 64GB micro SDXC UHS-I Memory Card 64 GB capacity micro SD card -maximum read speed 95 megabytes per second -Memory card format: mirco SDXC -Speed class rating of 10 -Maximum write speed of 90 megabytes per second -Dimensions 0.03"(H)x0.43"(W)x0.59"(D) and weight of 0.01 ounces UPC 619659148171, 9, EA; LI 004: Go Pro Large Tube Mount Attach your action camera to roll bars, railings, posts, or tubes between 1.4 and 2.5 inches in diameter with the GoPro Large Tube Mount. Once secured, the camera base can be rotated 360 ° for optimal camera positioning for composition. The included vertical mounting buckle integrates with GoPro's mounting buckle system for quickly attaching and removing your camera from mounts on-the-fly. Package content 1pcs. Clamp Diameter Smallest: 1.4" / 35 mm Largest: 2.5" / 63.5 mm Must be compatible with cameras provided in line 001 and 002, 6, EA; LI 005: Top Race Mini Recon Device Live Video Action: Experience spectacular views from high up in the air with this Top Race ® mini drone HD camera. With its live video capabilities and FPV (first person view) LCD screen, you can enjoy a challenging drone flying experience while catching all the incredible High Definition footage on the screen of your remote control - NO PHONE NEEDED. Headless Mode: The Headless Mode eliminates the worry of losing track of direction of the drone. By clicking the Headless Mode feature on the remote control it will enable the drone to change direction to whichever way the remote control is pointed - making it perfect for beginners and experienced pilots alike. One Key Return: The 1 Key Return or Return To Home (RTH) feature will fly the drone right back to the point of take-off. This option comes in really handy if the battery runs low or you lose control and you can't spot your drone in the sky. Activating One Key Return will solve all of the above. Sleek Design and Capabilities: This mini drone features an impressive compact and sleek design and is equipped with the latest 6-axis gyro control system, this quad motor helicopter drone can perform live action stunts. With the 2.4ghz transmitter, many drones can fly without interfering. Also features a 5.8g image transmission to allow multiple screens. What's included: Top Race ® drone with built-in lcd screen, 2.4 Ghz transmitter, USB charger, blade changer, SD card and reader. Ages 14+. DIMENSIONS: 5.5 inches x 5.5 inches Mini Drone - 2.4 Ghz Transmitter - Manual - 4 Propellers with Guards - USB Charger - Blade Changer - TF Card and Reader, 4, EA; LI 006: BLADE Inductrix FPV Mini Recon Device w/ controller UPC: 605482172445 The RTF Inductrix FPV from Blade builds on the Inductrix platform and transforms flying it into first-person experience. With its integrated 25mW video transmitter, FPV camera, high-performance motors, and 200mAh battery, the Inductrix FPV is designed to fly in the smallest of places with ease. SAFE technology helps makes flying simple for beginners, while the ducted propeller design allows means collisions with walls and objects won't be the end of the world. This is a Ready-to-Fly (RTF) bundle that comes with all of the essentials ” including transmitter (radio controller), flight battery, and USB charger ” in the box. The Inductrix FPV is equipped with a 25mW video transmitter capable of transmission on Fat Shark channels 1 through 8 and all Raceband channels, enabling you to race several pilots at once without interference. You can choose channels from a selection button at the top of the drone. The camera is encased in a housing for added protection, while the dipole antenna has been chosen for video transmission with durability in mind. Video range of the Inductrix FPV is nearly 100 yards line-of-sight. The included FPV monitor features 4.3" screen and a 32-channel FPV receiver. It works not only with the included camera, but other Spektrum and Fat Shark FPV products as well. The monitor integrates a USB-rechargeable battery that lasts approximately 1.5 hours. It can be clipped on to the MLP4 radio controller for hands-free operation. The monitor can also be paired with the separately available SPMVM430HA headset adapter, which effectively convents the display into FPV goggles. The Inductrix FPV requires additional horsepower to fly with the added weight of the camera. It comes equipped with four high-performance 14,300 Kv motors. Each rotor is housed in a true duct and is extremely quiet during flight. The benefit of using ducted fans instead of propellers is that they fully protect the fans during a crash and prevent the Inductrix from causing any damage to walls. With brilliant white and red LED lighting illuminating each Inductrix FPV, it's easy to follow friends while flying together or even see if the battery is getting low when they begin to blink. The lights are mounted inside each frame, so they too will be protected in a crash. Flight time:3-4 Minutes w/ 200mAh battery and LiPo battery 4 Chanel controller FPV Camera with NTSC signal system, video transmitter frequency of 5.8GHz and 7 channels, power requirement of 3.0 to 5.5 V (1S battery FPV Monitor 4.3" display resolution 480x272 NTSC signal system 500 mA at 5 V Frequency Range of 5646 to 5945 MHZ Number of Channels: 32 (8 channels/4 bands) Audio: 6.0 to 6.5 MHz Dimensions of 4.8"x3.1"x0.6" Motor Velocity Constant: 14,300 Kv Quadcopter configuration, 4, EA; LI 007: Keurig K575 Keurig K575 Brewer K-Cup system brewer -Capable of using all brands of K-Cups -Programmable settings -80 oz. water tank capacity -supports K-cup pods, k-mug pods, and k-carafe pods -Color touch screen 10.43" (L)x13.63"(w)x13.45"(H) -Keurig must have water filter, 5, EA; LI 008: Shipping 31409, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39da8a858355b34e19a6e1180c4292a1)
 
Place of Performance
Address: Savannah, GA 31409
Zip Code: 31409
 
Record
SN04821375-W 20180215/180213231439-39da8a858355b34e19a6e1180c4292a1 (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.