MODIFICATION
59 -- Dual Panel L and C-Band COMTRACK Antenna
- Notice Date
- 12/17/2018
- Notice Type
- Modification
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- LEE BLVD BLDG 401 Fort Eustis VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-19-R-0007
- Response Due
- 12/20/2018
- Point of Contact
- Beth K Chapman, Procurement Technician, Phone 7578784827, Fax 7578780008, - Beth K Chapman, Procurement Technician, Phone 7578784827, Fax 7578780008
- E-Mail Address
-
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The Aviation Development Directorate-Eustis, U.S. Army Contracting Command, intends to award a firm-fixed-price contract. The contract document and incorporated clauses are those in effect through Federal Acquisition Circular 2005-101. Pursuant to FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The intended source is Zodiac Data Systems, 11800 Amber Park Drive, Alpharetta, GA 30009, CAGE Code 1UAE7. Zodiac Data Systems is the original equipment manufacturer. The solicitation number is W911W6-19-R-0007 and is issued as a request for quotation. The proposed contract action, a commercial item purchase in accordance with FAR Part 12, Acquisition of Commercial Items, is for one (1) Dual Panel L and C-Band COMTRACK Antenna - back to back panel with 180 degrees offset, to include: (a) C-band: 4400 - 5150 MHz dual polarization directional antenna: 25 to 27dBi gain (typ.), G/T of 0 to 1dB/K (typ.); and acquisition antenna: 15dBi gain (typ.) and 0 degrees to 90 degrees elevation coverage; (b) Lower L-band panel: L-band: 1425 - 1535 MHz, dual polarization directional antenna, 17 dBi gain (typ.); and G/T of -6 dB/K (typ.); (c) dual band merger; (d) 2 x RF channel rotary joint for unlimited continuous azimuth rotation; (e) integrated ACU (auto-track, slew, slave / GPS, sector, search); (f) ACU GUI software; (g) USB wheel for manual control (USB); (h) case for transit and shipment; (i) documentation: user manual and installation manual; (j) extended temperature range (down to -40 degrees C); and (k) 2-year warranty extension to the standard 1-year warranty. Delivery time, shipping charges, IUID marking charge, and warranty terms shall be included in the quote. Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, Virginia 23604. Delivery shall be completed no later than 8 months after receipt of order. Expedited delivery is acceptable and preferred. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; and DFARS 252.247-7022, Representation of Extent of Transportation by Sea. Clauses incorporated by reference include FAR 203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; DFARS 252-211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating 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; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The applicable North American Industry Classification Standard (NAICS) code is 334515. The small business size standard is 750. All responsible sources, to include any authorized distributors, may identify interest and capability to respond to the requirement or submit quotes. The Government will review and consider all quotes received meeting the specifications of cited part number, within the closing date set forth in this notice. The Government retains the sole discretion on whether or not to conduct this requirement competitively based upon information received in response to this notice. The offeror must submit invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Quotes are due not later than 20 December 2018, 2:30 p.m. Eastern Standard Time. Submit inquiries regarding this procurement to Beth Chapman at beth.k.chapman.civ@mail.mil (757-878-4827) and Dan Shipley at dan.m.shipley.civ@mail.mil (757-878-3766). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/9bfae514f8a6dc2f22a4fbd70dc7bbf0)
- Place of Performance
- Address: Building 401, Lee Boulevard Fort Eustis, VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN05176624-F 20181219/181217230035 (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 |