Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2018 FBO #6182
MODIFICATION

15 -- Future Tactical Unmanned Aerial Systems (FTUAS) - Responses to Questions from Industry Round 2

Notice Date
10/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-18-R-0048
 
Archive Date
11/16/2018
 
Point of Contact
Jeremy Deorsey, Phone: 5082336192
 
E-Mail Address
jeremy.a.deorsey.civ@mail.mil
(jeremy.a.deorsey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached is an Excel File that provides responses to industry questions. This is a consolidated document that includes the questions from both rounds. (i) INTRODUCTION: 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) SOLICITATION TYPE: This combined synopsis/solicitation, W911QY-18-R-0048, is a Request for Proposals (RFP) issued by Natick Contracting Division (NCD) on behalf of the PEO-Aviation for a Multiple Award Indefinite-Delivery, Indefinite-Quantity (MAIDIQ) Contract. The government intends to award more than one contract, but reserves the right to award one or none should that present the best value to the Government. (iii) CURRENTNESS: The Solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 Effective 16 Jul 2018. (iv) SET ASIDE: Market research has indicated there are not enough small businesses available to conduct a set-aside, therefore this requirement is Full and Open with no set-aside. The North American Industry Classification System (NAICS) code is 336411. The small business size standard for the NAICS Code is 1500 employees. (v) Contract Line Item Numbers (CLINs): This CLIN structure for the IDIQ Contract is listed below: Ordering Period (3-years): CLIN 0001 - Systems Purchase (Firm Fixed Price) CLIN 0002 - System Components (Firm Fixed Price) CLIN 0003 - Replacement and Spare Parts (Firm Fixed Price) CLIN 0004 - Field Service Representatives (FSR) Support (Firm Fixed Price) CLIN 0005 - Contractor Logistical Support (CLS) (Firm Fixed Price) CLIN 0006 - New Equipment Training (NET) (Firm Fixed Price) CLIN 0007 - Contract Data Requirement List (CDRL) CLIN 0008 - RESERVED (Travel, ODCs, CMR) CLIN 0009 - RESERVED (Travel, ODCs, CMR) CLIN 0010 - RESERVED (Travel, ODCs, CMR) Systems, parts, components will be issued with the unit of "each" with quantities based on delivery requirements. The CLS and FSR Support, Travel, and ODC CLINs will be issued with the unit "Job" at a Quantity of 1. The CMR CLINs will be issued at the unit "each" and the quantity will vary based on the required deliveries. (vi) DESCRIPTION OF REQUIREMENTS: See attached Performance Work Statement (PWS), CDRLs, and Technical Documentation. (vii) DELIVERY: Delivery requirements and instructions will be determined at the Delivery Order level. (viii) PROPOSAL INSTRUCTIONS: The provision of FAR clause 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The attached Instructions to Offerors is included in addendum to FAR clause 52.212-1. (ix) EVALUATION OF PROPOSALS: The provision of FAR clause 52.212-2, Evaluation -- Commercial Items, will be utilized to determine award. The attached addendum is incorporated in addendum to FAR Clause 52.212-2. (x) OFFEROR REPRESENTATIONS AND CERTIFICATION: The provision of FAR clause 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this solicitation. (xi) Applicable Clauses Required: FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference in addendum to FAR 52.212-4: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-12 Limitations on Payments to Influence Certain Federal Transactions OCT 2010 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.216-22 Indefinite Quantity OCT 1995 52.216-27 Single or Multiple Awards OCT 1995 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.205-7000 Provision of Information to Cooperative Agreement Holders DEC 1991 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.211-7006 Passive Radio Frequency Identification MAR 2018 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010 252.215-7008 Only One Offer OCT 2013 252.215-7010 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data--Basic JAN 2018 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals OCT 2014 252.225-7010 Commercial Derivative Military Article-Specialty Metals Compliance Certificate JUL 2009 252.225-7012 Preference for Certain Domestic Commodities DEC 2017 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.227-7015 Technical Data - Commercial Items FEB 2014 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7011 Payments in Support of Emergencies and Contingency Operations MAY 2013 252.239-7017 Notice of Supply Chain Risk NOV 2013 252.239-7018 Supply Chain Risk OCT 2015 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.246-7003 Notification of Potential Safety Issues JUN 2013 252.246-7008 Sources of Electronic Parts DEC 2017 The following are added by full text in addendum to FAR 52.212-4: 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $500.00 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $99.5M. (2) Any order for a combination of items in excess of $99.5M; or (3) A series of orders from the same ordering office within 1 day that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 252.216-7006 Ordering (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from Date of award (est. December 2018) through End of 3-Year PoP (est. December 2021). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued" when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) 252.212-7002 Pilot Program for Acquisition of Military-Purpose Nondevelopmental Items (JUN 2016) (a) Definitions. As used in this provision- "Military-purpose nondevelopmental item" means a nondevelopmental item that meets a validated military requirement, as determined in writing by the responsible program manager, and has been developed exclusively at private expense. An item shall not be considered to be developed at private expense if development of the item was paid for in whole or in part through- (1) Independent research and development costs or bid and proposal costs, per the definition in FAR 31.205-18, that have been reimbursed directly or indirectly by a Federal agency or have been submitted to a Federal agency for reimbursement; or (2) Foreign government funding. "Nondevelopmental item" is defined in FAR 2.101 and also includes previously developed items of supply that require modifications other than those customarily available in the commercial marketplace if such modifications are consistent with the requirement at DFARS 212.7102-1(c)(1). (b) Notice. This is a procurement action under section 866 of the National Defense Authorization Act for Fiscal Year 2011, Pilot Program for Acquisition of Military-Purpose Nondevelopmental Items, as modified by section 892 of the National Defense Authorization Act for Fiscal Year 2016 (Pub. L. 114-92), and is subject to the limitations outlined in DFARS 212.7102. (End of provision) 52.252-1 Clauses Incorporated by Reference (Feb 1998) 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): Federal Acquisition Regulation (FAR): http://farsite.hill.af.mil/vmfara.htm Defense Federal Acquisition Regulation Supplement (DFARS): http://farsite.hill.af.mil/vmdfara.htm Army Federal Acquisition Regulation Supplement (AFARS): http://farsite.hill.af.mil/vmafara.htm (End of Clause) (xii) Applicable Clauses Required to Implement Statues or Executive Orders: The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) Additional Clauses: No further clauses. (xiv) Defense Priorities and Allocations System (DPAS): None Applicable. (xv) SUBMISSION: Proposals shall be submitted electronically to Mr. Jeremy Deorsey at Natick Contracting Division (NCD) via email: jeremy.a.deorsey.civ@mail.mil. All proposals shall be submitted by 1500 (3:00PM) Eastern Time on 01 November 2018. **Proposals will only be accepted electronically via the email address provided above** (xvi) QUESTIONS: Questions regarding this solicitation can be directed to the Contract Specialist (KS) Jeremy Deorsey at the above listed email address. Questions must be submitted only through email and no questions will be addressed through phone calls. All technical questions must be submitted no later than 1700 (5:00PM) Eastern Time 08 October 2018. Contracting Office Address: Army Contracting Center - Aberdeen Proving Ground, ATTN: CCRD-NA-SY, Natick Contracting Division Building 1, General Greene Ave, Natick, MA 01760-5011 Point of Contact(s): Jeremy Deorsey; jeremy.a.deorsey.civ@mail.mil ; (508) 233-6192 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-10-15 18:03:10">Oct 15, 2018 6:03 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-10-25 17:11:17">Oct 25, 2018 5:11 pm Track Changes // The Following is added as Amendment 1 to RFP W911QY-18-R-0048 // Amendment 1 to RFP W911QY-18-R-0048 adds three updates: 1) Addition of the responses to questions from Industry 2) Addition of the Small Business Participation Commitment Document Template 3) Offerors may submit a second round of questions. These questions are due NO LATER THAN 1500 (Easter Time) to Mr. Jeremy Deorsey on Friday, 19 October 2018. This will be the final round for questions, no questions will be accepted after 1500 on 19 Oct 18. The Government will make the best effort to submit responses to Industry on Tuesday, 23 October 2018 or earlier. // Nothing Further Added for Amendment 1 to RFP W911QY-18-R-0048 // // The Following is added as Amendment 2 to RFP W911QY-18-R-0048 // Amendment 2 to RFP W911QY-18-R-0048 adds two updates: 1) Addition of the responses to questions from Industry 2) Extension of the RFP Submission Date and time from 5PM on 29 Oct 18 to 3PM on 01 Nov 18. // Nothing Further Added for Amendment 2 to RFP W911QY-18-R-0048 //
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f9c8f67fcc135608db6ada13424574f)
 
Record
SN05134188-W 20181027/181025230532-3f9c8f67fcc135608db6ada13424574f (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.