Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

58 -- CNU MIDS JTRS Support Equipment

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730-18-Q-0001
 
Archive Date
9/21/2018
 
Point of Contact
James R Fenter, Phone: 7812254510, Jacky C, Ingram, Phone: 7812254503
 
E-Mail Address
james.fenter@us.af.mil, jacky.ingram.1@us.af.mil
(james.fenter@us.af.mil, jacky.ingram.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ FA8730-18-Q-0001 - MIDS JTRS SUPPORT EQUIPMENT 06 September, 2018 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 for this requirement, proposals are being requested and a written solicitation will not be issued. Under this solicitation, a Request for Quotation (RFQ) is hereby issued and is identified under solicitation number FA8730-18-Q-0001. This solicitation uses simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm-fixed price (FFP) quote in response to this RFQ. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 (effective 24 Jan 2018), Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20171228 (28 Dec 2017), and Air Force Acquisition Circular - AFAC 2017-1003 (effective 3 Oct 2017). The Government intends to award a contract resulting from this solicitation to the company who submits the offer that is deemed the best value to the Government. The associated NAICS code is 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and the Product /Service code is 5821 - Radio and TV Equipment, Airborne. The 558th Air Wing, Tinker AFB, OK is seeking sources who are capable of meeting the requirements stated below. This is an "All or None" acquisition, incomplete quotes will not be considered. Quotes shall state the date the required equipment will be in place, as estimated after receipt of order, with the understanding that the required delivery date for the equipment is 15 Dec, 2018. Requirement: The contractor shall provide the following Multi-functional Information Distribution System Joint Tactical Radio System (MIDS JTRS) support equipment: MIDS JTRS SUPPORT EQUIPMENT PARTS LIST Part Name Description Quantity Antenna A RF Cable, W10 A 6-ft RF cable connecting MIDS-JTRS Main Terminal Antenna A to an antenna or terminator. 2 Antenna B RF Cable, W11 A 6-ft RF cable connecting MIDS-JTRS Main Terminal Antenna B to an antenna or terminator. 2 MIDS-LVT(1) Control Plug, J7 Portable control plug controls the on, off, and standby functions of the MIDS-JTRS. Suitable for use by Field Service Engineers. 2 MIDS-LVT(1) Cooling Tray Unit(115 VAC 60 Hz) A totally self-contained cooling and mounting device for one MIDS-JTRS terminal and its corresponding Remote Power Supply (RPS). When terminal is inserted, interlock switch activates the blower to provide 45-cfm of air. 2 MIDS Power Unit (Rack Mountable) A totally self-contained 280 VDC differential (±140 VDC) prime power source. Its 1200 watts will power two MIDS-JTRS terminals. Includes 3-ft prime power cable and wiring harness for two terminals. 1 RPS-MT W105 B Power Cable J5 A 40-inch cable connecting the MIDS JTRS RPS J4 to the MIDS JTRS Main Terminal J5. 2 RPS-MT W112 C Power Cable J12 A 40-inch cable connecting the MIDS JTRS RPS J2 to the MIDS JTRS Main Terminal J12. 2 W104 Fill Cable for MIDS JTRS A 40-inch cable connecting the MIDS JTRS Main Terminal J4 to a Fill Device. 2 W103 Host Cable with 1553 and Ethernet for MIDS JTRS A 70-inch Host cable MIDS JTRS for Platform A RT Address 1 with 1553 and Ethernet Channel 1. 2 MIC (Multi-Platform Integrated Controller) - LVT(1)/JTRS MIC - LVT-1/JTRS control unit for both local and remote operation over IP via an easy to operate web interface. It can be operated with a 9-36VDC input. A rugged AC power supply is provided to operate on standard US and International AC power. Provides access to the crypto fill interface via a standard Crypto FIll Connector. Specific control and monitoring of the terminal includes Terminal Power, Crypto Hold, LTTI, IFF Emergency, Fail Decode, Platform (IOIDENT) Configuration, 1553 Address (RTAD) and Crypto Zeroize. 2 MAC (Multi-Platform Audio Component) MAC works with LVT (all platforms), JTRS and STT and other voice compatible terminals. It can be operated with a 9-36 VDC input. A rugged AC power supply is provided to operate on standard US and International AC power. The MAC offers dual channel audio interfaces. It features a custom 30 watt loud speaker system which has been ported and tuned to enhance the voice. Functions with most handsets. Can be located remotely from terminal via an extended interconnect cable. Requires a MIC for configuration and web interface control and monitoring. 2 HMI Control Bus Cable (J16) for MIDS JTRS A 6-ft cable connecting the MIDS JTRS Main Terminal J16 to an HMI device. 2 Each quote will include pricing for each listed part, along with a certification by the contractor that all equipment quoted will be compatible with the MIDS JTRS units currently owned by the Air Force as described here: Serial # Manufacturer Type Part Id NSN Type Designator: S/W Configuration Warranty Exp Prod. Lot S/N 00376 ViaSat CMN-4 1177600-0001 5821-01-629-8083 RT-2031(C)/U IB 3.3.1 (ER0E) 21-Dec-20 4A S/N 20378 DLS/ BAE CMN-4 1177600-0001 5821-01-629-8083 RT-2031(C)/U IB 3.3.1 (ER0E) 21-Dec-20 4A Evaluation of Offers: The Government will evaluate the received quotes IAW FAR 52.212-2, Evaluation-Commercial Items (OCT 2014). Award will be made to the offeror that represents the best value to the Government to include price, fulfillment of the complete list of equipment, and delivery terms. Interested parties who believe they can meet all requirements for the items described in this notice are invited to submit a complete quote including delivery, (FOB Destination), via email to the following Government Representatives at 3 Eglin Street, Building 1612, Hanscom AFB, MA 01731: Contracting Officer Mr. Jacky C. Ingram at jacky.ingram.1@us.af.mil, Phone 781-225-4503, and Contract Specialist Mr. James Fenter at james.fenter@us.af.mil, Phone 7811-225-4510. All quotes must be received no later than 14 September 2018, 12:00 p.m. (Eastern). Offerors are required to submit with their quote enough information for the Government to evaluate that the offeror meets the requirements detailed in this synopsis/solicitation and the corresponding attachments. The Government will award a contract resulting from this solicitation to the responsible offeror who submitted an offer that conforms to the solicitation and that will be most advantageous to the Government. Submission of Quotes: All quotes submitted in response to this solicitation must be submitted via email. LATE OFFERS : Offerors are reminded that an e-mail transmission of the quote/offer will not be recognized as a timely submission unless it is received by the Government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the time specified, WILL NOT be considered (IAW FAR 52.212-1(f)). All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Please include the following information in the quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, and date the offer expires. Clauses and Provisions: This solicitation incorporates one or more provisions and 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 IAW FAR 52.107(b). The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with the quotation or offer. In lieu of submitting the full text of those provisions/clauses, the offeror may identify the provision by paragraph and provide the appropriate information with the quotation. See attached list of Provisions and Clauses. Also, the full text of a solicitation provision may be accessed electronically at this web address: http://farsite.hill.af.mil/ PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Standards 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.204-16 - Commercial and Government Entity Code Reporting 52.204-18 - Commercial and Government Entity Code Maintenance 52.207-6- Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangments or Joint Ventures 52.209-7 - Information Regarding Responsibility Matters 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.212-1- Instructions to Offerors-Commercial Items 52.212-2- Evaluation-Commericial Items 52.212-3- Offeror Representations and Certifications - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.215-1 - Instructions to Offerors - Competitive Acquisition 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 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-50 - Combat Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.243-1 - Changes-Fixed Price 52.244-6 - Subcontracts for Commercial Items 52.247-34 - FOB Destination 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-5 - Authorized Deviations in Provisions 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7005 - Representations Relating to Compensation of Former DoD Officials 252.204-7003 - Control of Government Personnel Work Product 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 - Item Unique Identification and Valuation 252.211-7008 - Use of Government-Assigned Serial Numbers 252.213-7000 - Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations 252.215.7010 - Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data 252.219.7000 - Advancing Small Business Growth 252.219-7003 - Small Business Contracting Plan 252.223-7008 - Prohibition of Hexavalent Chromium 252.225-7000 - Buy American-Balance of Payments Program Certificate 252.225-7001 - Buy American and Balance of Payments Program--Basic 252.225-7048 - Export-Controlled Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.244-7000 - Subcontracts for Commercial Items PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT IAW FAR 52.201(c) Agency approved provisions and clauses prescribed in agency acquisition regulations, and provisions and clauses not authorized by subpart 52.3 to be incorporated by reference, need not be incorporated in full text. (1) The following provisions and clauses require completion by the offeror or prospective contractor; (2) Provisions and clauses must be completed by the offeror or prospective contractor and must be submitted with the quotation or offer; and (3) The following electronic address may be accessed for full text: http://farsite.hill.af.mil /vmfara.htm 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301 (c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price ; (ii) Technical Capability of Contractor to meet the Government requirement ; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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 offer's 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. (End of Provision) 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (JAN 2017) Provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vmfara.htm Clause 52.252-2, Clauses Incorporated by Reference 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/vmfara.htm Clause 5352.201-9101, Ombudsman OMBUDSMAN (JUN 2016) •(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt. Col Brian E. Miller, AFLCMC/AQP 1790 10th Street, WPAFB OH 45433, 937-255-5512, brian.miller.15@us.af.mil, Alternate - Ms. Selwa Kirbabas, AFLCMC/AQP 1790 10th Street, WPAFB OH 45433, 785-5472, Fax - 937-656-4148, email : selwa.kirbabas@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Clause 5352.223-9001, Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38d52d5f911e3481dc841783aa62b5ba)
 
Place of Performance
Address: Perry Powell, 4750 Staff Drive Suite 150, Tinker AFB, Oklahoma, 73160, United States
Zip Code: 73160
 
Record
SN05077062-W 20180908/180906232720-38d52d5f911e3481dc841783aa62b5ba (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.