The RFP Database
New business relationships start here

Small Unmanned Aerial Systems (sUAS) Kit


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

Subject: Small Unmanned Aerial Systems (sUAS) Kits Request for Quotation (RFQ)

This is a combined synopsis/solicitation for brand name and brand name or equal commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Parts 12.6 and 13.1 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is issued as a request for quotation (RFQ); a separate written solicitation will not be issued. All responsible sources may submit a quotation, which shall be considered.


This effot is set-aside for service-disabled veteran-owned small business (SDVOSB). 

The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, implemented 6 Nov 2017, and Defense Federal Acquisition Supplement DPN 20171228, effective 28 Dec 2017:


Applicable Solicitation Provisions and Contract Clauses:
The following provisions and clauses, and addenda as provided, apply to this acquisition. The clauses in full text may be located at: http://farsite.hill.af.mil.


52.203-3, Gratuities (Clause)
52.204-7, System for Award Management (Provision)
52.204-13, System for Award Management Maintenance (Clause)
52.204-16, Commercial and Government Entity Code Reporting (Provision)
52.204-18, Commercial and Government Entity Code Maintenance (Clause)
52.209-5, Certification Regarding Responsibility Matters (Provision)
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Provision)
52.211-7, Brand Name or Equal (Provision)
52.212-3, Offeror Representations and Certifications - Commercial Items (Provision)
52.212-4, Contract Terms and Conditions -- Commercial Items (Clause)
52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Clause); 52.203-6 Alt 1, 52.204-10, 52.209-6, 52.219-14, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.225-1, 52.225-3, 52.225-13, 52.232-33, and 52.232-36 are selected within the clause.
52.217-3, Evaluation Exclusive of Options (Provision)
52.217-7, Option for Increased Quantity - Separately Priced Line Item (Clause)
52.219-1 Alt I, Small Business Program Representations (Provision)
52.232-40, Providing Accelerated Payments to Small Business subcontractors (Clause)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Clause)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (Provision)
252.204-7004 Alt A, System for Award Management (Provision)
252.225-7012, Preference for Certain Domestic Commodities (Clause)
252.227-7015, Technical Data-Commercial Items (Clause)
252.227-7028, Technical Data or Computer Software Previously Delivered to the Government (Clause)
252.227-7037, Validation of Restrictive Markings on Technical Data (Clause)


Description:
Provide the equipment and associated software, support and training as described in the attached document entitled, "sUAS Kit Requirement Listing." (Attachment 1)


Evaluation Criteria and Basis for Award:
The Government intends to issue one (1) firm fixed price (FFP) contract to the responsible offeror that provides the lowest-price, technically acceptable (LPTA) quote. The Government will evaluate quotations for award purposes by including only the price for the basic requirement; i.e., options will not be included in the evaluation for award purposes.


Anticipated Contract Type:
Firm Fixed Price (FFP) and Cost Reimbursable (CR) Travel


Anticipated Contract Line Item (CLIN) Structure:
CLIN 0001 - Operational Kits (FFP) Qty: 2


CLIN 0002 - Spares Kits (FFP) Qty: 2


CLIN 0003 - Tech Support (NSP)


CLIN 0004 - Training (FFP) Qty: 1


CLIN 0005 - Travel (CR) NTE: $10,000


CLIN 0006 - Data (NSP)


(Option) CLIN 0007 - Replacement Aircraft - Kit 1 (FFP) Qty: 1


(Option) CLIN 0008 - Replacement Aircraft - Kit 1 (FFP) Qty: 1


(Option) CLIN 0009 - Replacement S.O.D.A camera - Kit 1 (FFP) Qty: 1


(Option) CLIN 0010 - Replacement S.O.D.A camera - Kit 1 (FFP) Qty: 1


(Option) CLIN 0011 - Replacement Aircraft - Kit 2 (FFP) Qty: 1


(Option) CLIN 0012 - Replacement Aircraft - Kit 2 (FFP) Qty: 1


(Option) CLIN 0013 - Replacement S.O.D.A camera - Kit 2 (FFP) Qty: 1


(Option) CLIN 0014 - Replacement S.O.D.A camera - Kit 2 (FFP) Qty: 1

Place of Contract Performance:
Equipment shall be delivered to, and training shall be performed at, Hurlburt Field, FL.


Anticipated Period of Performance:
12 months from date of contract award. Equipment shall be delivered not later than 30 calendar days from contract award.


Response Submission Time/Date Deadline:
Not later than (NLT) 12:00 noon Eastern Standard Time, 13 June 2018


Method of Submission:
Electronic mail (e-mail) submission to the Government points of contact specified in this solicitation. Respondents shall verify that the Government has received the submission by requesting confirmation of receipt via email at the time of submission.


Submission of Quotation:
Submit via e-mail to the Government points of contact not later than the submission deadline specified within this solicitation. At a minimum, a quotation must include:


(1) RFQ number reference (FA8629-18-R-5006);


(2) The name, address, and point of contact with telephone number and email address;


(3) A Price Quote in the following format:
(a) By CLIN, itemized by component;
(b) For training, identify the proposed hours, labor categories and labor rates;
(c) For travel, utilize the $10,000 NTE value specified in the proposed CLIN structure.

The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial quotations, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition no longer exists, respondents may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of the price.


(4) A completed copy of the representations and certifications at FAR 52.212-3 Alt1;

i. System for Award Management. By submission of quotation, the respondent acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the respondent does not become registered in the SAM database in the time prescribed by the Contracting Officer, which is the response time for submission of quotations, the Contracting Officer will proceed to award to the next otherwise successful registered respondent. Respondents may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://acquisition.gov.


(5) Copies of all applicable warranties and license agreements. As required by DFARS 227.7202-3, the Government's right to use, modify, reproduce, release, perform, display or disclose computer software or computer software documentation shall be identified in a license agreement.


(6) DD Form 1423-1, Contract Data Requirements List (CDRLs), is provided as RFQ Attachment 2 for each not separately priced (NSP) data item identified for delivery under the contracted effort. The CDRL package will be incorporated into the contract at award.


Government Furnished Property (GFP):
No GFP will be provided for this effort.


Late Submissions:
Any quotation, modification, revision, or withdrawal of a quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition; and-

(a) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotations.


Solicitation Attachments:
1. sUAS Kit Requirement Listing
2. Contract Data Requirement List (CDRLs)


Amber A. Taylor, Contracting Officer, Phone 9377130578, Email amber.taylor.9@us.af.mil - Miranda J. Amir, Contracting Specialist, Phone 9379046395, Email miranda.amir@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP