Solicitation FA8751-10-Q-0461 is issued as a Request for Quotation (RFQ.)
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100816. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 334290 and small business size standard is 750 employees.
The contractor shall provide the following items on a firm fixed price basis:
Item 1: Tactical Targeting Network Technology (TTNT) Remote Auxiliary Communications System (TRACS)
Qty: 1
The items listed below are a viable working system for the requirement; however, offerors may propose equivalent products that meet or exceed the minimum technical specifications.
Specifications:
-TTNT Radio Dual Quadrax Ethernet IO Connector Set
-Two 19 inch Rack and Encasement: (Hardigg Cases DE2418-05/27/05 (7U) and
DE-2425-05/27/05)
-Power Convertor: 60 Hz single phase power conversion to 400 Hz 3-phase for the terminal, 115 vac (60 Hz) power strip. The maximum current draw shall be approximately 15 amps.
-TTNT Radio Control Box: terminal power control (400 Hz); blower power control (110 vac, 60 Hz), terminal power enable control (enables TTNT internal power supplies), transmit enable control (enables / disables transmit) equipment ready indicator (terminal is operational), network ready indicator (T-RACS is communicating with at least one other terminal via the RF network), Cable requirements: RF cable (LMR500); GPS cable (RG400)
-TTNT Tray Mount/Blower: Pressure Switch located on the air plenum, (EBMPAPST, G2E140-AL30-48) blower
-Ethernet Switch: A highly configurable, twenty four (24) port Ethernet router (Allied-Telesis Model AT- GS950/16) )
-Two Terminations
-Two roofing filters
-GPS Receiver: Lassen SK-II Starter Kit from that include the passive antenna and GPS Filter (Trimble, 38982-05)
-TTNT Antenna: One Dipole Antenna (Cobham, XPO2V-880-2175/1060)
-GPS Antenna: Includes a push up tripod, One (BlueSky BSM2-M-M104-AL1-000) Series II - 4 Meters (13.5 ft.), One (Blue Sky BSM2-K-A352-T24-000) Universal Pole Kit - Dual - 24 Inch, Two (Blue Sky BSM2-A-M407-MPP-EM0) Side Mount - Plate - Solid 7.5 x 7.5 Inch
-Portable Antenna Mast
-RF cabling (30 feet)
-GPS Cabling (30 Feet)
-Laptop: Base Unit: (Dell Latitude E6410); Processor: Intel Dual Core vPro i5-520M, 2.40GHz, 1066MHz 3M L2 Cache, Latitude E6410; Memory: 2.0GB, DDR3-1066 SDRAM, 2 DIMM for Latitude
Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The estimated delivery date is 30 days after receipt of order. The place of delivery, acceptance and FOB destination point is F4HBL1/Transportation Depot 2, 148 Electronic Parkway, Rome, NY 13441.
The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:
(b) Written quotes are due at or before 3 PMET, Tuesday, 31 August 2010. Submit to: AFRL/RIKO, Attn: Tina Panasci, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-8142 or by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.
(b)(4) Submit a technical description of the items being offered in sufficient detail for the Government to evaluate compliance with the specifications identified above. This may include product literature or other documentation as necessary.
(b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information).
(b)(11) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.
(k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror.
The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following evaluation factors shall be used to evaluate offers: Price, Past Performance and Technical Capability; all factors are of equal importance.
The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items
(MAR 2009), applies to this acquisition.
The following additional FAR clauses cited in the clause are applicable to this acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
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
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration
The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition:
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.225-7001, Buy American Act and Balance of Payments Program
252.227-7015, Technical Data - Commercial Items
252.227-7037, Validation of Restrictive Markings on Technical Data
252.232-7003, Electronic Submission of Payment Requests
252.247-7023, Alt III, Transportation of Supplies by Sea
252.247-7024, Notification of Transportation of Supplies by Sea
The following additional FAR and FAR Supplements provisions and clauses also apply:
252.211-7003, Item Identification and Valuation
252.225-7000, Buy American Act--Balance of Payments Program Certificate
252.232-7010, Levies on Contract Payments
5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-904-4407.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.
The following Defense Priorities and Allocations System (DPAS) has assigned the following rating DO-A7.
All responsible organizations may submit a proposal, which shall be considered.