Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOLICITATION NOTICE

67 -- TBRL Virtual Immersive Environment

Notice Date
8/18/2020 8:34:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-Q-0D71
 
Response Due
8/27/2020 12:00:00 PM
 
Archive Date
09/11/2020
 
Point of Contact
Maxim Fenko, Wilson Au
 
E-Mail Address
maxim.fenko.civ@mail.mil, wilson.w.au.civ@mail.mil
(maxim.fenko.civ@mail.mil, wilson.w.au.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for a commercial item 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.� Quotes are being requested; a written solicitation will not be issued. Solicitation No. W15QKN-20-Q-0D71 is issued as a Request for Quote (RFQ) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-06. This requirement is being competed under limited competition (brand name specifications) in accordance with the attached redacted limited sources justification.� The NAICS code for this acquisition is 334118 with a small business size standard of 1000 employees. � The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award a single firm fixed price contract for a virtual immersive environment for conducting human performance research. The design will be for 2 (two) octagon rooms consisting of (8 (eight) portable screens and 8 (eight) high resolution projectors, sound system and supporting equipment, in accordance with the attached Statement of Work (SOW) DOCX and Contract Data List Requirements A001-A004 PDF. Offerors are requested to submit price quotes using the following Contract Line Item Number (CLIN) structure: 0001 TBRL Virtual Immersive Environment���������������� ���������������������$_________.__ 0002 CDRLs A001-A004����������������������������������������������������������������� *Not Separately Priced* The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference:� FAR: 52.203-3, 52.203-5, 52.203-7, 52.204-7, 52.204-13, 52.204-18, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5; 52.217-5, 52.217-7, 52.233-3, 52.233-4,� 52.246-2 and 52.247-34.� FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5:� 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-24, 52.222-25, 52.222-26, 52.222-27, 52.222-40, 52.222-50, 52.223-18,; 52.232-33, 52.233-1, 52.233-3, 52.243-1 and DFARS:� 252.203-7002, 252.204-7002, 252.216-7000, 252.216-7007, 252.232-7006 and 252.232-7010, 252.203-7000, 252.203-7005; 252.225-7036, 252.232-7003. The following local information also applies:� 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). �Examine the entire solicitation carefully. �The penalty for making false statements is prescribed in 18 U.S.C. 1001. 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either �Late Submission, Modification and Withdrawal of Bid� or �Instructions to Offerors � Competitive Acquisitions�. 4. Procurement Information: This Procurement is limited competition.� � The applicable SIC/NAICS code is: 333120 5. Issuing Office: U.S. Army Contracting Command � New Jersey��� ATTN: Wilson W. Au Contracting Officer Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ �07806-5000 Email: �wilson.w.au.civ@mail.mil � 6. Point of Contact for Information: U.S. Army Contracting Command � New Jersey��� ATTN: Maxim Fenko Contract Specialist Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ �07806-5000 Email: �maxim.fenko.civ@mail.mil DISCLOSURE OF UNIT PRICE INFORMATION This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. Packaging and Marking COMMERCIAL PACKAGING REQUIREMENTS Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements. Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants. Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers. Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment. Unit package Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. �The outermost component of the unit package shall be a container such as a sealed bag, carton or box. Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc. Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist: The quantity is over one (1) gross of the same national stock number. Use enhances handling and inventorying. The exterior surface of the unit pack is a barrier bag. The unit pack is less than 64 cubic inches. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches. Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first.������������������������������������������������������������������������������������������������ ������������������������������������������������������������������������������������������������������������������������������ Packing Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers.� All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items. Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance.� The weight capacity of the pallet must be adequate for the load.� The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized.� The load shall be contained in a manner that will permit safe handling during shipment and storage. Marking All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding.� The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause.� For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers� Passive RFID Information Guide and Supplier Implementation Plan.� If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load. Hazardous Materials A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.)�� Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation). Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents: ����������� International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air International Vessel Transport: International Maritime Dangerous Goods Code (IMDG) Domestic Transport:� Code of Federal Regulations (CFR) Title 49 Military Air Transport:� Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3. If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers. A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package. Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM).� WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats.� Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board.� All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors.� Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible.� All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp.� Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. Quality Assurance -The contractor is responsible for establishing a quality system.� Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package. The Security Classification of the material to be shipped is Unclassified. The item being shipped is not hazardous and not Arms, Ammunition or Explosives. No Government Furnished Equipment will be provided for this contract. Deliveries, installation, and training shall be made to the following address: United States Army CCDC AC ATTN: TBD Building 611 Picatinny Arsenal, NJ 07806 GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: Destination GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: Destination HQ AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Email: �usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: Web Address: �http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 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): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm INSTRUCTIONS TO OFFERORS ����������� 1.� INTRODUCTION. This section contains proposal submission instructions as well as specific proposal requirements for the solicitation, and evaluation criteria under the Lowest Price Technically Acceptable method. The offeror�s proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph.� Offerors are expected to submit proposals in sufficient detail to allow for Government evaluation without the need for further clarifications.� The Government does not assume the duty to search for data to cure problems it finds in proposals.� The burden of proving acceptability remains with the offerors. ����������� 2.� PROPOSAL INSTRUCTIONS. ����������� The proposal shall consist of the following: Volumes I through II shall be provided by email to:� maxim.fenko.civ@mail.mil Volume I is Technical.� Volume II is Price.�� Offerors are responsible to inquire with the Contract Specialist to ensure that the proposal submitted has, in fact, been received by the Contract Specialist.� 3.�������� PROPOSAL FILES. a.�������� Format.� The submission shall be clearly indexed and logically assembled.� Each volume shall be clearly identified and shall begin at the top of a page.� All pages of each volume shall be appropriately numbered and identified by the complete company name, date, and Contract Number in the header and/or footer.� All proposals shall be submitted in Microsoft Office format.� Offerors shall not use security options within the files.� MS Word (.doc) files shall use the following page setup parameters: Margins � Top, Bottom, Left, Right 1� Page Size, Width � 8.5� Page Size, Height � 11� The following additional restrictions apply: 1. Each paragraph shall be separated by at least one blank line.� A standard, 12 point minimum font size applies.� Arial or Times New Roman fonts are required. Tables and illustrations may use a reduced font size not less than 8 point and may be landscape. ����������������������� b.�������� File Packaging.� Each proposal volume shall be submitted as a separate file when submitting electronically.� In addition, request that the offeror annotate (in writing) the total number of documents attached in the individual emails. Content Requirements.� All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the proposal and provide adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner to permit a complete and accurate evaluation of each proposal. Each volume of the proposal shall consist of a Table of Contents, Summary Section, and the Narrative discussion.� The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked.� Offerors are responsible for including sufficient details (WITHOUT REFERENCE TO COST/PRICE) to permit a complete and accurate evaluation strictly from a technical standpoint.� This part shall have an index which contains narrative titles which are cross-referenced to both the applicable PWS paragraph and page number.� The narrative discussions shall also be related to the applicable PWS paragraph by placing the appropriate PWS number at the beginning of the discussion text.� The offeror shall provide detailed narrative discussions that address the PWS requirements.� The following shall be included in the Narrative discussion: 4.�������� VOLUME I � TECHNICAL FACTOR a.�������� Subfactor 1 � Technical Specifications for TBRL Virtual Immersive Environment The Offeror shall present sufficient information to demonstrate a thorough understanding of the requirements as outlined in the Statement of Work (SOW).� The submission should include overall dimensions and capabilities of the piece of equipment to include a complete set of specifications and available options.� Quoted equipment shall conform to the SOW as closely as possible, even if some of the required features are optional equipment.� The Offeror shall propose a delivery schedule with sufficient information for the Government to assess the ability to meet requirements on time. b.�������� Subfactor 2 � Standard Warranty The Offeror shall submit a complete standard warranty package that will be provided as part of this contract.� Standard warranty should include any services included in the warranty package. The Offeror will also be allowed to include an optional warranty which will outline any available extension on the standard warranty as well as service packages available for purchase. 5.�������� VOLUME II � PRICE FACTOR Offerors shall submit a Firm Fixed Price proposal for CLIN 0001. Basis for Award The Government plans to award a firm fixed price contract as a result of this Request for Quote (RFQ). The evaluation of quotes shall be conducted utilizing the Lowest Priced Technically Acceptable (LPTA) evaluation approach, based on an evaluation of quotes in the areas of Technical and Price. Under this evaluation approach, a quote would not receive any additional credit for exceeding the established minimum defined requirements of technical acceptability. Discussions: The Government intends to evaluate quotes and make an award decision without discussions with offerors. Therefore, the initial quote should contain the offeror�s best terms. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. Evaluation Factors: (1) Technical (2) Price Evaluation Approach Careful, complete and impartial consideration will be given to all quotes received pursuant to this RFQ. A team of Government personnel will evaluate each quote in the areas described below. (1)� Technical: The technical portion of the quote will be rated Acceptable or Unacceptable based on the assessment of the stated minimum requirements below. In order for a quote to be rated Acceptable, Offerors are required to provide a quantity of� two (2), virtual simulators each consisting of eight portable screen and 8 high resolution projectors with surround sound and any additional support equipment that meets all the requirements the Statement of Work (SOW) to include delivery, installation, training and preventative maintenance of the system. Offerors must address, in their quote, the installation and training requirements of the attached SOW in order to be considered for contract award. The period of performance, to include, delivery, installation, and training shall be no more than ninety (90) days after contract award as described in the SOW.� The preventative maintenance under the base year shall be for twelve (12) months.� The following adjectival rating will be utilized in the evaluation of Technical: RATING DESCRIPTION Acceptable Proposal clearly meets the minimum requirements of the solicitation Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation Deliveries, installation, and training shall be made to the following address: US ARMY CCDC-AC Attn: [TBD] [Picatinny Arsenal Building 92] Picatinny Arsenal, NJ 07806-5000 (2)� Price:� The proposed price will be evaluated to determine whether or not it�s fair and reasonable in accordance with FAR 15.404(a)(2). Price Inconsistencies: A proposal is presumed to represent an offeror�s best effort to respond to the solicitation. Any inconsistency, whether real or apparent, between promised performance and price, shall be explained in the proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror�s understanding of the nature and scope or the work required and their financial ability to perform the contract, and may be grounds for rejection of the proposal.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab5ad0fdb9d24477b42a8582172e5070/view)
 
Record
SN05763872-F 20200820/200818230206 (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 |
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.