MODIFICATION
61 -- BDAT Apex
- Notice Date
- 4/8/2020 12:45:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY20R0028
- Response Due
- 4/24/2020 12:30:00 PM
- Archive Date
- 05/09/2020
- Point of Contact
- Yvette M Daltorio
- E-Mail Address
-
yvette.m.daltorio.civ@mail.mil
(yvette.m.daltorio.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i) 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. (ii) This solicitation, number W911QY20R0028, is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 effective 03/30/2020. (iv) This is a 100% small business set-aside. The associated North American Industrial Classification System (NAICS) code for this acquisition is 335999 with a small business size standard of 500 employees. (v) Line item numbers and items, quantities and units of measure are as follows; CLIN 0001 - CABLE ASSEMBLY, AN/PRC-152/152A, 25"" LENGTH, APEx; Part Number CB-0320-25; Quantity three (3) Each CLIN 0002 - CABLE, RADIO, AN/PRC-148, 25"" LENGTH, APEx ; Part Number CB-0321-25; Quantity three (3) Each� � � � � � � �� CLIN 0003 - CABLE, POWER, DUAL 5590 BATTERY, 20"" LENGTH, APEx; Part Number CB-0323-20; Quantity three (3) Each�������������� CLIN 0004 -� CABLE, IN-LINE MOLDED, EUD EXTENSION, USB ALTERNATIVE KEY, 18"" LENGTH APEx; Part Number CB-0327-18; Quantity three (3) Each CLIN 0005 - CABLE, RADIO, RT-1922/USB/RS-232, APEx; Part Number CB-0356-00; Quantity three (3) Each CLIN 0006 - CABLE�, USB3.0 RECEPTACLE, APEx; Part Number CB-0364-00; Quantity three (3) Each CLIN 0007 - CABLE PLRF15C/25C, USB TYPE-A; Part Number CB-0394-00; Quantity three (3) Each CLIN 0008 - CABLE, BATTERY, SMART DUAL HH RADIO, 20"" LENGTH, APEx; Part Number CB-0406-20; Quantity three (3) Each CLIN 0009 - CABLE, DUAL LI-145/CONFORMAL WEARABLE �BATTERY, SMBUS, 20"" LENGTH, APEx; Part Number CB-0412-20; Quantity three (3) Each CLIN 0010 - CABLE, VDL TACTICAL ROVER-e, 25"" LEGNTH, APEx; Part Number CB-0435-25; Quantity three (3) Each CLIN 0011 - CABLE, RADIO, PRC-117G J4-DATA, APEx; Part Number CB-0458-00; Quantity three (3) Each CLIN 0012 - CABLE, ECCN, DAGR, 25"" LENGTH, APEx; Part Number CB-0464-25; Quantity three (3) Each CLIN 0013 - CABLE ASSEMBLY, USB/CHARGE CABLE, APEx; Part Number CB-0477-00; Quantity three (3) Each CLIN 0014 - CABLE, USB-C EUD, SLEEV, JUGGERNAUT, APEx ; Part Number CB-0558-00; Quantity three (3) Each����������������� CLIN 0015 - APEx, 4-PORT HUB; Part Number MA-0080-00; Quantity three (3) Each CLIN 0016 - APEx CONTROLLER, 2-PORT ASSAULTER HUB; Part Number MA-0101-00; Quantity three (3) Each����������������� CLIN 0017 - NEXT GEN WEDGE, POWER, RADIO; Part Number MA-0122-00; Quantity three (3) Each�������������� CLIN 0018 - MASTER ASSEMBLY, ITAR, S9 TE, 256GB, DOD GEN, APECON/KDU;� Part Number MA-0125-05; Quantity three (3) Each�������������� CLIN 0019 - SLEEV, JUGGERNAUT, S9; Part Number RE-0041-00; Quantity three (3) Each��� ����������� (vi) Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) requires the above Black Diamond Advanced Technology (BDAT) APEx components. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines.� Registration information can be found at www.sam.gov.� (vii) Equipment is required by 31 December 2020. Inspection/Acceptance by Government, FOB Destination.� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial (DEVIATION 2018-O0018), applies to this acquisition and is incorporated by reference into this RFP. See section (xv) below for submission instructions. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. 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: (1) technical capability to meet the Government requirement; (2) price; (3) past performance. Technical and past performance, when combined, are less important when compared to price. (x) Offerors are to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications�Commercial Items, with its offer.� (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP.� The following additional FAR clauses cited in the clause are applicable to the acquisition; 52.204-10����� Reporting Executive Compensation and First-Tier Subcontract Awards OCT2018 52.204-23����� Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities� JUL 2018 52.204-25����� Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment AUG 2019 52.209-6������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.209-10����� Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.219-6������� Notice of Total Small Business Set-Aside NOV 2011 52.219-28����� Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3������� Convict Labor JUNE 2003 52.222-19����� Child Labor�Cooperation with Authorities and Remedies JAN 2020 52.222-21����� Prohibition of Segregated Facilities APR 2015 52.222-26����� Equal Opportunity SEP 2016 52.222-36����� Equal Opportunity for Workers with Disabilities JUL 2014 52.222-50����� Combating Trafficking in Persons JAN 2019 52.223-18����� Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-13����� Restrictions on Certain Foreign Purchases JUN 2008 52.232-33����� Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.233-3������� Protest after Award AUG 1996 52.233-4������� Applicable Law for Breach of Contract Claim OCT 2004 (xiii) The following additional FAR and DFARS clauses apply to this acquisition and are incorporated by reference; 52.204-13����� System for Award Management Maintenance OCT 2018 52.204-18����� Commercial and Government Entity Code Maintenance JUL 2016 52.204-19����� Incorporation by Reference of Representations and Certifications DEC 2014 52.204-21����� Basic Safeguarding of Covered Contractor Information Systems JUN 2016 52.229-3������� Federal, State, and Local Taxes FEB 2013 52.232-1������� Payments APR 1984 52.232-8������� Discounts for Prompt Payment FEB 2002 52.232-11����� Extras APR 1984 52.232-25����� Prompt Payment JAN 2017 52.232-39����� Unenforceability of Unauthorized Obligations JUN 2013 52.232-40����� Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1������� Disputes MAY 2014 52.243-1������� Changes � Fixed Price AUG 1987 52.246-1������� Contractor Inspection Requirements MAR 1994 52.247-34����� F.o.b. Destination NOV 1991 52.249-1������� Termination for Convenience of the Government (Fixed-Price) (Short Form) APR 1984 52.252-2������� Clauses Incorporated by Reference FEB 1998����������������������� 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002�� Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7000�� Disclosure of Information OCT 2016 252.204-7003�� Control of Government Personnel Work Product APR 1992 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7018�� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DEC 2019������� ���������������������� 252.209-7004�� Subcontracting with Firms that are Owned or Controlled by the�Government of a Country that is a State Sponsor of Terrorism�OCT 2015 252.215-7013�� Supplies and Services Provided by Nontraditional Defense Contractors JAN 2018 252-211-7003�� Item Unique Identification and Valuation MAR 2016 252.223-7008�� Prohibition of Hexavalent Chromium JUN 2013 252.225-7001�� Buy American and Balance of Payments Program�Basic DEC 2017 252.225-7002�� Qualifying Country Sources as Subcontractors DEC 2017 252.225-7012�� Preference for Certain Domestic Commodities DEC 2017 252.225-7048�� Export-Controlled Items JUNE 2013 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006�� Wide Area WorkFlow Payment Instructions DEC 2018 252.232-7010�� Levies on Contract Payments DEC 2006 252.243-7001�� Pricing of Contract Modifications DEC 1991 252.244-7000�� Subcontracts for Commercial Items JUN 2013 252.247-7023�� Transportation of Supplies by Sea�Basic FEB 2019 This contract incorporates one or more clauses by reference, the full text of a clause may be accessed electronically at: https://www.acquisition.gov/ (xiv) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xv) Proposals shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.civ@mail.mil.� All proposals are due 24 April 2020 by 03:30:00 PM EST.� Proposals will only be accepted electronically via the email address provided above. All questions related to this RFP shall be submitted in writing by 13 April 2020 by 03:30:00 PM EST to Yvette Daltorio via email at yvette.m.daltorio.civ@mail.mil. The Government will respond to all questions within five (5) business days. (xvi) For information regarding this combined synopsis/solicitation, please contact; Yvette Daltorio, Contract Specialist Email:� yvette.m.daltorio.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/76e9281ecb1440b6804ac0eeb66f8e63/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN05614031-F 20200410/200408230151 (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 |