The RFP Database
New business relationships start here

MIDS-JTRS Support Equipment


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center, Armament Directorate, intends to solicit and award a firm-fixed price contract for support equipment for Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS) to meet the need of Link 16 network requirements for the Small Diameter Bomb Increment II (SDB II) that combines network-centric communications capabilities to meet weapon effectiveness requirements as defined by the SDB II Capability Development Document.  This four-channel software-programmable radio delivers existing Link 16 and TACAN functionality, as well as three JTRS advanced networking waveforms and is “plug and play” with MIDS-LVT (1) to join and communicate in tactical data link networks. Use of MIDS-JTRS support equipment on Air Force enterprise networks and computers require the applications be listed on the Air Force Evaluated/Approved Product List (E/APL). This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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.


This Request for Quotation is numbered FA8672-18-P-0012. The North American Industry Classification System (NAICS) code for this acquisition is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, with a size standard of 1250 employees.  Please identify your business size in your response based upon this standard.   


In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum requirement or presents the best value to the government. Offer will be evaluated in accordance with FAR Subpart 13.106-2(b).

1.      Requirement:

 

CLIN 0001:

MIDS-LVT Cooling Tray Unit (115 VAC 60 Hz)                             (Qty. 3 EA)

MIDS-LVT Control Plug                                                                   (Qty. 3 EA)

Host Cable with 1553 and Ethernet for MIDS JTRS                         (Qty. 3 EA)

Fill Cable for MIDS JTRS                                                                  (Qty. 3 EA)

C Power Cable J12                                                                             (Qty. 3 EA)

B Power Cable J5                                                                               (Qty. 3 EA)

MIDS 1U Rackmountable Power Unit                                              (Qty. 3 EA)

Control Bus Cable for MIDS JTRS                                                    (Qty. 3 EA)

Full-up US/MIDS JTRS Laptop with 1553 Interface,

Ethernet and Support Port                                                                  (Qty. 3 EA)

·         All cables should have a minimum length of six (6) feet.

·         We require a solution to connect a MIDS JTRS terminal to a break out box that provides the following terminal interfaces at a minimum:

o   DS-101 Key fill

o   External Time Reference

o   Host Ethernet Support (Platform J) interface

o   Support Port interface

o   MIL-STD01553B (Platform A)

o   Discrete interfaces:

§  Terminal Time Strobe

§  Terminal Time Slot Strobe

§  TDMA Receiving Indicator

§  TDMA Message Transmit Indicator

§  IOIDENT control

§  MIL-STD-1553B bus address control

·         The cable set shall include all cables between vendor Breakout Box and MIDS JTRS terminal as well as the Power B and Power C cables between MIDS JTRS terminal and the Remote Power Supply (RPS).

·         Breakout Box cables shall terminate with appropriate connectors to mate with MIDS JTRS terminal/RPS connectors.

·         Breakout Box should operate on 115 VAC input power.

·         RPS prime power cable shall have a minimum length of 6 feet.

·         The RPS prime power cable shall terminate to the RPS connector; the opposite end should be unterminated (pigtailed).

·         There are no applicable cable type requirements; all cables will be used in a lab environment.

·         Mounting Information:

o   What is being mounted: MIDS JTRS that is provided from MIDS program office: PN: 1086139-0100 Crypto Mod MIDS JTRS Terminal Set

o   Specific mount requirements: A mount that provides cooling air to the MIDS JTRS terminal and RPS.

§  The MIDS JTRS Cooling Tray mount should operate on 115 VAC input power.

·         No transit case is required for this effort, and there is no additional external software required and no operating system requirements.

·         The contractor shall deliver the above support equipment to support three (3) MIDS JTRS within four (4) months of the date of contract award.  

In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.

 

Quoted price should include FOB Destination and be valid through 29 July 2018. 

 

The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-96 effective 06 Nov 2017. The following provisions and clauses are applicable:

 

Incorporated by Reference:

 

·         FAR 52.203-3, Gratuities

·         FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions

·         FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

·         FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

·         FAR 52.204-7, System for Award Management

·         FAR 52.212-1, Instructions to Offerors -- Commercial Items

·         FAR 52.212-3, Offeror Representations and Certifications:

Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.

·         FAR 52.212-4, Contract Terms and Conditions – Commercial Items

·         FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders –

Commercial Items. 

The following clauses cited within this clause are applicable:

Ø  FAR 52.203-6; Restrictions on Subcontractor Sales to the Government with Alternate I

Ø  FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards

Ø  FAR 52.209-6; Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

Ø  FAR 52.219-28, Post-Award Small Business Program Re-representation

Ø  FAR 52.222-3, Convict Labor

Ø  FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies

Ø  FAR 52.222-21, Prohibition of Segregated Facilities

Ø  FAR 52.222-26, Equal Opportunity

Ø  FAR 52.222-35, Equal Opportunity for Veteran

Ø  FAR 52.222-36, Equal Opportunity for Workers with Disabilities

Ø  FAR 52.222-37, Employment Reports on Veterans

Ø  FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act

Ø  FAR 52.222-50, Combating Trafficking in Persons

Ø  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 

Ø  FAR 52.225-05, Trade Agreements

Ø  FAR 52.225-13, Restrictions on Certain Foreign Purchases

Ø  FAR 52.232-33, Payment by Electronic Funds Transfer – System for Award Management

 

·         FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations

·         FAR 52.232-39, Unenforceability of Unauthorized Obligations

·         FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

·         FAR 52.247-34, FOB Destination

·         FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/;

·         DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials

·         DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights

·         DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials

·         DFARS 252.204-7003, Control of Government Personnel Work Product

·         DFARS 252.204-7004 Alt A, System for Award Management

·         DFARS 252.204-7011, Alternative Line Item Structure

·         DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

·         DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

·         DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations

·         DFARS 252.215-7008, Only One Offer

·         DFARS 252.223-7008, Prohibition of Hexavalent Chromium

·         DFARS 252.225-7001, Buy American Act and Balance of Payments Program

·         DFARS 252.225-7002, Qualifying Country Sources as Subcontractors

·         DFARS 252.225-7012, Preference for Certain Domestic Commodities

·         DFARS 252.225-7048, Export Controlled Items

·         DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

·         DFARS 252.232-7003, Electronic Submission of Payment Requests

·         DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions

·         DFARS 252.232-7010, Levies on Contract Payments

·         DFARS 252.243-7001, Pricing of Contract Modifications

·         DFARS 252.243-7002, Request for Equitable Adjustment

·         DFARS 252.244-7000, Subcontracts for Commercial Items

·         DFARS 252.246-7003, Notification of Potential Safety Issues

·         DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations

·         DFARS 252.247-7023, Transportation of Supplies by Sea

                                    

Incorporated by full text:

 

·         DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016):

 

(a) Definitions. As used in this provision—

“Controlled technical information,” “covered contractor information system,”  “covered defense information,” “cyber incident,” “information system,” and “technical information” are defined in clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.

(b) The security requirements required by contract clause 252.204-7012, shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract.

(c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012(b)(2)—

(1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 “Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations” (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017.

(2)        (i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of—

(A) Why a particular security requirement is not applicable; or

(B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection.

(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract.

(End of provision)

DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law.

See Class Deviation 2012-O0007, Prohibition Against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded.

(b) The offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.

 

(End of provision)

 

·         DFARS 252.209-7999  REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012)

 

(a)     In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that—

(1)   Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2)   Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

 

(b)    The Offeror represents that -

                         (1) It is [ ___   ]  is not  [ ___   ] a corporation that has any unpaid Federal tax                                      liability that has been assessed, for which all judicial and administrative                                          remedies have been exhausted or have lapsed, and that is not being paid in a                                         timely manner pursuant to an agreement with the authority responsible for                                            collecting the tax liability,

     (2)  It is [ ___   ] is not [ ___   ] a corporation that was convicted of a felony criminal    

            violation under a Federal law within the preceding 24 months.

(End of provision)

 

·         AFFARS 5352.201-9101, Ombudsman (C):

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col. Kenneth L. Decker, Jr. (Primary) and Ms. Jill Willingham-Allen (Alternate), AFLCMC/AQP, 1790 10th Street, Bldg. 572, Rm 209B, Wright-Patterson AFB, OH 45433-7630, (937) 255-5472, Kenneth.decker.1@us.af.mil and jill.willinghamallen.1@us.af.mil. ; Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

·         AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)

 

Contractors shall not:

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.

[Note: This prohibition does not apply to manufacturing.]

(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.

[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

(End of clause)

To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil

 

Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award.

 

Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 12:00 P.M., Central Standard Time on 29 May 2018.  Send all packages via email to Jennifer Travis at Jennifer.Travis.1@us.af.mil or Lt. Keith D. Wilson at Keith.Wilson.10@us.af.mil.  All correspondence sent via email shall contain a subject line that reads “FA8672-18-P-0012, Multifunctional Information Distribution System (MIDS) Joint Tactical Radio System (JTRS)”. If this subject line is not included, the email may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.

 

Only government employees will review submitted responses to this solicitation. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

 

For questions, contact Jennifer Travis at 850-883-2608 or by e-mail at Jennifer.Travis.1@us.af.mil.          ;

 


Jennifer Travis, Phone 8508832608, Email Jennifer.Travis.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP