SOLICITATION NOTICE
A -- MIL-STD-1553 PCI Express Interface Cards
- Notice Date
- 5/25/2021 2:40:19 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- ACC-AVIATION APPLIED TECHNOLOGY DIR FORT EUSTIS VA 23604-5577 USA
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-21-R-0011
- Response Due
- 5/4/2021 12:00:00 PM
- Archive Date
- 05/19/2021
- Point of Contact
- Genie Williams, Phone: (757) 878-4078, Kenny Hood, Phone: (757) 878-0103
- E-Mail Address
-
genie.s.williams.civ@mail.mil, kenneth.m.hood.civ@mail.mil
(genie.s.williams.civ@mail.mil, kenneth.m.hood.civ@mail.mil)
- 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 and quotes are being requested. �The Technology Development Directorate-Aviation (TTD-A) through The U.S. Army Contracting Command � Redstone Contracting Office intends to award a firm-fixed-price contract. �The contract document and incorporated clauses are those in effect through Federal Acquisition Circular 2021-05. �The solicitation number is W911W6-21-R-0011 and is issued as a request for quotations. The proposed contract action, a commercial item purchase in accordance with FAR Part 12, Acquisition of Commercial Items, is for MIL-STD-1553 PCI Express Interface Cards with the below specifications: Item� � � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �QTY 1� � � � �� PCI Express (4 Lane) 4 channel MIL-STD-1553 interface card� � � � � � � � � � � � � � � � � �3 2� � � � � �PCI Express (4 Lane) 4 channel MIL-STD-1553 interface card with bus diagnostics� 2 3� � � �� � SCSI 1553 4Cable assembly with 4 channels of 1553 stub cable� � � � � � � � � � � � � � � � 5 The 1553 Cards shall adhere to the following specifications: PCI Express (4 Lane) 4 channel MIL-STD-1553 interface card Four independent dual redundant channels MIL-STD-1553 with dual function (Bus Controller/Monitor or multiple Remote Terminal/Monitor) Fully Compliant to MIL-STD-1553B Notice II/IV, MIL-STD-1760,1553A and Link-16 Shall include Common Data Packets (CDP) for BC, RT and Monitor � with Complete Message Information The card shall be � Size, 4 Lane PCI Express 1.1 The card shall include at least 14 avionics discretes, two RS-48 discretes, and one trigger per 1553 channel At least one Megabyte of memory per 1553 channel Shall have a 32 bit FPGA based protocol engine PCI Express (4 Lane) 4 channel MIL-STD-1553 interface card with bus diagnostics Shall adhere to specifications a-g of item 1 above Shall also include the following diagnostic abilities Auto discovery and parsing of network data Full archiving of 1553 bus triggers and filters Shall provide the ability capture and display the 1553 waveform Shall include error injection/detection Shall include IRIG-B and external clock synchronization for time stamping and playback SCSI 1553 4 Cable assembly with 4 channels of 1553 stub cable Shall use thumbscrew latching Shall include 3 lug stub cables Delivery, Inspection, Acceptance and F.O.B. Point are at Destination, Fort Eustis, VA 23604. 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 52.203-18, 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 52.204-17, Ownership or Control of Officer; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; 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 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Deviation 2020-0ooo5). Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; 52.204-18, Commercial and Government Entity Code 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 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; 52.204-25, Prohibition on Contracting for Certain Communications and Video Surveillance Services or Equipment; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 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://acquisition.gov/content/regulations. �Pursuant to FAR 52.212-2, Evaluation--Commercial items, 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 will be used to evaluate offers: (1) technical acceptability and (2) price. The applicable North American Industry Classification Standard (NAICS) code is 334118. The small business size standard is 1,000. �The Government will review and consider all quotes received meeting the criteria stated above, within the closing date set forth in this notice. Companies shall reference W911W6-21-R-0011 in all correspondence with the Government. The successful offeror must submit invoices through the Wide Area WorkFlow website http://wawf.eb.mil. All prospective 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, 4 June 2021 3:00 p.m. Eastern Standard Time. �Submit any inquires or quotes to Genie Williams at genie.s.williams.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/397e5a270efe43e4ac7f5179416df10b/view)
- Place of Performance
- Address: Fort Eustis, VA 23604, USA
- Zip Code: 23604
- Country: USA
- Zip Code: 23604
- Record
- SN06011793-F 20210527/210525230059 (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 |