SOLICITATION NOTICE
66 -- Fiber Optic Quadrans Gyrocompass
- Notice Date
- 3/24/2020 11:28:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- DENVER FED CENTER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140R8120Q0225
- Response Due
- 4/16/2020 12:00:00 AM
- Archive Date
- 05/01/2020
- Point of Contact
- Somerville, Amanda
- E-Mail Address
-
ASomerville@usbr.gov
(ASomerville@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- 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; quotes are being requested and a written solicitation will not be issued. Request for Quote (RFQ) Number 140R8120Q0225 is being issued as a total set-aside for small business under NAICS code 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; the small business size standard is 1,250 employees. Reclamation requires the following line items to be delivered, FOB Destination, to Bureau of Reclamation - DO, Building 56, Dock 56, Room 1950, 6th Avenue & Kipling Street, Denver Federal Center, Denver, Colorado 80225, within ninety (90) days after award. CLIN 00010 - Qty of 1 each, FOB Destination International Maritime Organization (IMO) grade fiber optic gyrocompass and altitude reference system meeting the following specifications: Dynamic & Static Performances: Heading accuracy: 0.23 deg RMS secant latitude Roll/Pitch accuracy: 0.1 deg RMS Settling time: < 30mn (all conditions) Operating Range/Environment: Heading/Roll/Pitch: 0 to +360 deg/�180 deg/�90 deg Latitude: +/- 85� Max Rate: 250�/s Operating/Storage Temperature: -20�C to 55�C /-40�C to 80�C Humidity: IP66 Physical Characteristics Weight: 2.8kg 19kg Dimensions: (LxWxH) 160 x 160 x 113mm 600 x 417 x 235 mm Connections: Fisher connectors Interfaces: Inputs: 2 inputs serial or Ethernet/1 configuration port Outputs: 2 outputs serial and/or Ethernet Pulse port: 4 inputs and 2 outputs, 5V (TTL Level) Input/Output formats: Industry standards: NMEA 0183, ASCII, BINARY Data output rate: 0.1 Hz to 200 Hz Power supply: 24 VDC (15 to 32VDC) Power consumption: 15 W Integrated Logistics System: MTBF: 150.000 hours Warranty: 5 years Calibration interval: Non required Quotes are due no later than Thursday, April 16, 2020, 4:30 pm (MDT). Reclamation will consider all responsible sources, who submit a timely quote, for award. Vendors may submit quotes electronically through FedConnect or email to asomerville@usbr.gov. All vendors must have an active and complete registration in the System for Award Management (currently accessed at beta.SAM.gov) before providing a quote. For further information about this requirement, offerors can contact Amanda Somerville at asomerville@usbr.gov or 303-445-2515. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 dated January 15, 2020. The following provisions and clauses apply to this solicitation (full text versions of FAR regulations can be found at www.acquisition.gov): FEDERAL ACQUISITION REGULATIONS (FAR) 1) 52.204-7, System for Award Management. (OCT 2018) (Addendum to 52.212-4) 2) 52.204-13, System for Award Management Maintenance. (OCT 2018) (Addendum to 52.212-4) 3) 52.204-16, Commercial and Government Entity Code Reporting. (JUL 2016) 4) 52.204-18, Commercial and Government Entity Code Maintenance. (JUL 2016) (Addendum to 52.212-4) 5) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) 6) 52.212-1 Instructions to Offerors - Commercial Items. (OCT 2018) 7) 52.212-2, Evaluation-Commercial Items. (OCT 2014) 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. 8) 52.212-3, Offeror Representations and Certifications � Commercial Items. (DEC 2019) Offerors are advised to include a completed copy of their representations and certifications with its quote. 9) 52.212-4, Contract Terms and Conditions�Commercial Items. (OCT 2018) 10) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items. (JAN 2020). Additionally, the Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003) (E.O.11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C.793). 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 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 (OCT 2018) (31 U.S.C. 3332). 11) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) (Addendum to 52.212-4) 12) 52.242-15, Stop-Work Order. (AUG 1989) 13) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01). (a) Definition. Small business concern, as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to� (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. (1) For a contract at or below the simplified acquisition threshold, a small business concern may provide the end item of any firm. For a contract exceeding the simplified acquisition threshold and the requirements of paragraphs (d)(1)(i) through (iii) of this clause have not been waived by SBA in accordance with 13 CFR 121.1204, a small business concern that provides an end item it did not manufacture, process, or produce, shall� (i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; (ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and (iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. (2) Paragraph (d)(1) of this clause does not apply to construction or service contracts. DEPARTMENT OF THE INTERIOR ACQUISITION, ASSISTANCE, AND ASSET POLICY (DOI-AAAP) 1) DOI-AAAP-0028, v03 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (APR 2013) (Addendum to 52.212-4) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: None The Contractor shall also submit an electronic copy of the IPP invoice to rdelorey@usbr.gov and doinvoices@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION (DIAR) 1) DIAR 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (APR 1984) (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: 'Trade Secret' means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. 'Confidential commercial or financial information' means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers 'commercial and financial information obtained from a person and privileged or confidential,' and exemption (9), which covers 'geological and geophysical information, including maps, concerning wells.' (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: 'The information specifically identified on pages _______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract. (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: 'This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal.' (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. RECLAMATION ACQUISITION REGULATION (WBR) 1) WBR 1452.225-82 -- Notice of World Trade Organization Government Procurement Agreement Evaluations -- Bureau of Reclamation. (MAY 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/612710265abe46c6bce2406ffff5a6b4/view)
- Record
- SN05599075-F 20200326/200324230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |