The RFP Database
New business relationships start here

Virtual Reality Training Platform


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

Combined Synopsis/Solicitation
Solicitation Number: FA461319Q1030
Purchase Description: Virtual Reality Training Platform

This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a Small Business Set-Aside


The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461319Q1030, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 611699, with a small business standard of $11M.


The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-04 effective 7-Aug-19, Defense Federal Acquisition Regulation Supplement DPN 20190628 effective 28-Jun-18 and Air Force Federal Acquisition Regulation Supplement AFAC 2018-0525 effective 25-May-18.


DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.


Virtual Reality Training Platform with the following salient characteristics:
• Software must respond quickly to instructor and student inputs (no glitches or time delays).
• System must be mobile (quick assembly) and not require Internet connection for operation (Scenarios should be able to be downloaded).
• Software scenarios must be customized to F. E. Warren AFB and missile complex to include topside facility grounds and common area layouts/floor plans at no additional cost.
• System must use the 20 Security Forces weapons systems (M18 and M4) as wireless controllers (No wires coming from the weapons).
• Software must include at-least 30 unique scenarios (multiple outcomes per scenario) and regular updates or requested changes must receive timely support.
• Scenarios are use-of: Arming and Use of Force by Air Force Personnel. Scenarios should include but are not limited to: Gate Runner, traffic stops, active shooter, etc.
• System hardware should be able to be replaced by compatible parts sourced from the user's desired location, meaning, replacement hardware should not be required to come from the company or require support for installation/integration.
• System hardware should support wireless headsets, a minimum of 25 ft x 25 ft play area, and a full VR experience, to include 360 degree sound.
• Utilizes a standalone computer and does not require connectivity to the base communications network.
• Full software service and support should be included for one year at no additional cost.


CLIN 0001: Virtual Reality Training Platform


Quantity: 1 Unit of Issue: Ea


Unit Price: ____________ Extended Price (Quantity X Unit Price): _______________


CLIN 0002: Shipping


Quantity: 1 Unit of Issue: Ea


Unit Price: ____________ Extended Price (Quantity X Unit Price): _______________


DELIVERY DATE(S): 30 Days ADC

PLACE OF DELIVERY: F. E. Warren AFB, WY


Questions MUST be submitted no later than Wednesday, August 21, 2019; 1300 hours (Mountain Time). Forward all questions by email to trisha.lamarr@us.af.mil.


Responses/quotes MUST be received no later than Monday, August 26, 2019; 1300 hours (Mountain Time). Forward responses by e-mail to trisha.lamarr@us.af.mil.


Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/


ATTACHMENTS:
Attachment 1 - Applicable Clauses and Provisions


APPLICABLE FAR/DFARS CLAUSES/PROVISIONS:


FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014)
(a) 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 shall be used to evaluate offers:
Quoted Virtual Reality Training Platform meets all the salient characteristics
Price
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)


DFARS 252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically
process vendor payment requests and receiving reports, as authorized by Defense
Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for
Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items-
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
Invoice and Receiving Report (Combo)
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
N/A
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial item financing, submit a commercial item financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC F87700
Issue By DoDAAC FA4613
Admin DoDAAC** FA4613
Inspect By DoDAAC F1Y6AA
Ship To Code F1Y6AA
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) F1Y6AA
Service Acceptor (DoDAAC) F1Y6AA
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
www.aptac-us.org
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)


Trisha M. Lamarr, Contract Specialist, Phone 3077733215, Email trisha.lamarr@us.af.mil - nathean W. Stoner, Contract Officer, Phone 3077736073, Fax 3077734636, Email nathean.stoner@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP