AWARD
69 -- Proximity Warning Unit (PWU) Prototype
- Notice Date
- 6/25/2020 4:04:42 PM
- Notice Type
- Award Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-20-9-0005
- Archive Date
- 07/10/2020
- Point of Contact
- NSTXL
- E-Mail Address
-
initiatives@nstxl.org
(initiatives@nstxl.org)
- Award Number
- W900KK-18-9-0005
- Award Date
- 06/25/2020
- Awardee
- DEFENSE ENERGY CENTER OF EXCELLENCE Arlington VA USA
- Award Amount
- 334325.25
- Description
- Special Notice: TREX-19-0066 Contract Number: W900KK-20-9-0005 On June 25, 2020, in accordance with 10 U.S. Code � 2371b, the Army Contracting Command � Orlando has awarded an Other Transaction Agreement (OTA) via the Training and Readiness Accelerator (TReX) for the Proximity Warning Unit (PWU) Prototype Project. A Request for Solutions (RFS) for this effort was issued through TReX on January 6, 2020, which resulted in the submittal of 5 total responses. Following evaluation, one vendor was for Statement of Work (SOW) collaboration. The award of the PWU prototype project is Burns Technologies, LLC located in Orlando, FL. The total value of this prototype project is $334,325.25 for all phases of this effort. The Army requires a prototype system that provides real time alerts, both audible and visual, to operators during digging operations when in close proximity to fiber optic cable to prevent unintentional damage to network infrastructure at the National Training Center (NTC) based on the GPS location of the fiber optic cable. The purpose of the PWU is to provide a series of alerts and warnings to operators in digging operations to prevent unintentional damage to the FON and critical infrastructure during digging operations.� This effort will determine if industry can develop an integrated solution for a Proximity Warning Unit (PWU) that provides the capability to warn operators of excavation and digging equipment of the proximity to fiber optic cable to prevent damage. Upon successful completion of this prototype effort, the Government anticipates that a follow-on production effort may be awarded via either contract or transaction, without the use of competitive procedures if the participants in this transaction successfully complete the prototype project as awarded. At a minimum the following RFS requirements will be validated via demonstration, testing, or analysis: The prototype PWU device shall integrate with both commercial and military equipment platforms used in digging operations. The prototype PWU device shall provide effective alerts in both day and night operations. The prototype PWU device shall provide effective alerts based on proximity to fiber optic cable. The prototype PWU device shall provide a user interface to configure alert thresholds. The prototype PWU device shall provide a user interface to update the fiber optic cable location database as new fiber is installed. The prototype PWU device shall provide a user interface provide ability to detect and diagnose faults within the prototype system for maintenance actions. Thee Orders Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-14 Limitations on Subcontracting; 52.222-8 Payrolls and Basic Records; 52.236-1 Performance of Work by the Contractor; 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside; 852.219-74 Limitations on Subcontracting Monitoring and Compliance. Job Walk-Site Visit: July 1, 2020 see solicitation for specific details on time / meet location. This will be the only job walk-site visit provided by the Government (VA). Offerors shall be responsible and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. Basis of Award: Lowest-priced and special standards of responsibility are the only factors that will be used to evaluate offers (see FAR Provision 52.212-2). The lowest-priced offeror will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the offered price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it meets the special standards of responsibility and is reasonable. If the offered price and special standards of responsibility are found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The Contracting Officer will then determine if the successful offeror is responsible using the general standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the Contracting Officer will evaluate the next lowest-priced offeror following the procedures described above. This process will continue until a contract award can be made or the Contracting Officer determines that no contract award can be made. The Contracting Officer may find all offeror quotes not acceptable and cancel the solicitation if the lowest-priced offeror exceeds the amount of funding available for the procurement. The Contracting Officer may likewise find an offeror under evaluation, as well as all remaining offerors, not acceptable and cancel the solicitation if the offered quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate offerors and award a contract without discussions. However, the Government reserves the right to conduct discussions at any time if determined by the Contracting Officer to be in the Government s best interest. In addition to the General Standards of Responsibility found in FAR 9.104-1 and in accordance with FAR 9.104-2, the following Special Standard of Responsibility applies to this procurement. Offerors who fail to meet the Special Standards of Responsibility will not be eligible to receive contract award. (2) Special Standards of Responsibility. The following special standards of responsibility apply to this procurement and shall be submitted with offer as a condition of contract award: SP1: Offeror shall be State Licensed in accordance with the provisions of the State Business and Professions Code. Submit with offer. SP2: Offeror must be certified and possess a current C-20 Warm-Air Heating Ventilation and Air Conditioning; C-36 Plumbing; and C-38 Refrigeration license issued by the Contractors State License Board (CSLB) or other nationally recognized accrediting entity. Submit with offer. Offerors who fail to meet ANY Standards of Responsibility are not eligible for contract award. Submitting Offer: Offeror(s) are reminded to thoroughly review the solicitation in its entirety and shall submit their offer using the Solicitation Price Schedule . Offeror is advised the Government may be unable to receive other types of electronic files (e.g. compressed or zip files) or files larger than ten (10) megabytes (MB). It is the offeror s responsibility to ensure all required documents are included and completed as required by this solicitation. Offeror(s) shall sub,"DEFENSE LOGISTICS AGENCY (DLA)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/164d62d708b44ae1a1331f4ae3060181/view)
- Place of Performance
- Address: Orlando, FL 32826, USA
- Zip Code: 32826
- Country: USA
- Zip Code: 32826
- Record
- SN05702325-F 20200627/200625230145 (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 |