one (1) Tethered Power Supply System for an Unmanned Air Vehicle (UAV)
The purpose of this amendment is to post a final Question and Answers document: 1. Classification Code: 59 2. NAICS Code: 335999 3. Subject: one (1) Tethered Power Supply System for an Unmanned Air Ve... The purpose of this amendment is to post a final Question and Answers document: 1. Classification Code: 59 2. NAICS Code: 335999 3. Subject: one (1) Tethered Power Supply System for an Unmanned Air Vehicle (UAV) 4. Solicitation Number: W911QX19R0010 5. Set-Aside Code: N/A-Unrestricted 6. Response Date: 31 Jan. 2019 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 2078 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. (ii) The solicitation number is W911QX19R0010. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 published 20 Dec. 2018. (iv) The associated NAICS code is 335999. The small business size standard is N/A-unrestricted. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Tethered Power Supply System for Unmanned Air Vehicle (UAV) (vi) Description of requirements: The Government requires the procurement of one (1) Tethered Power Supply System for an Unmanned Air System (UAS), to be delivered to Aberdeen Proving Ground (APG), MD, in accordance with the minimum Government specifications: C.1 The Tethered Power Supply System shall consist of the following three (3) types of elements: C.1.1 A ground-based power supply. C.1.2 A tether that transfers electric power from the ground-based power to an air module which will be attached to the Unmanned Air Vehicle (UAV). C.1.3 The air modules(s). C.2 Specific requirements for the Tethered Power Supply System: C.2.1 The Tethered Power Supply System shall be capable of supplying a minimum of 75 amperes at 24 volts from the air module(s), during continuous operation. C.2.2 The tether element of the Tethered Power Supply System shall be a minimum of 30 meters long at full extension. C.2.3 The tether element of the Tethered Power Supply System shall weigh no more than 25 grams per meter. C.2.4 The air module(s) element of the Tethered Power Supply System shall weigh no more than 2.5 pounds. C.2.5 The elements of the Tethered Power Supply System shall consist of commercial-grade specifications that are capable of field-conditions, rough handling and long periods of continuous operation. The system specifications shall include a minimum 1800 watt (W) continuous operation power supply at a minimum weight of 50 pounds. C.2.6 The Tethered Power Supply System shall include an operational manual in hard copy form. C.2.7 The Tethered Power Supply System shall provide a means for data exchange with and control of the UAS. C.2.8 The Tethered Power Supply System shall include a one (1) year warranty. C.3 At a minimum, the Contractor shall provide an additional three (3) sets of spare tethers that are compatible with the Tethered Power Supply System. C.4 At a minimum, the Contractor shall provide an additional three (3) air module sets that are compatible with the Tethered Power Supply System. (vii) Delivery is required six (6) weeks after date of contract (ADC). Delivery shall be made to U.S. ARMY Research Laboratory, Shipping & Receiving 6375 Johnson RD, Building 321, Aberdeen Proving Ground MD 21005. Acceptance shall be performed at Government. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria Comparative Criteria In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) DFAR: 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.211-7008, USE OF GOVERNMENT-ASSIGNED SERIAL NUMBERS (SEP 2010) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY2011) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS LOCAL INSTRUCTIONS: ACC-APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATION RECEIVING ROOM - ARL EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION WEBSITE PAYMENT TERMS AMC-LEVEL PROTEST PROGRAM (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A (xv) The following notes apply to this announcement: N/A xvi) Offers are due on January 31, 2019 by 1500 (3:00) PM Eastern Standard time (EST), via email to Swati Jain, swati.jain2.civ@mail.mil, cc Daniel Han, daniel.s.han.ctr@mail.mil. Please reference solicitation W911QX-19-R-0022 on any correspondence. (xvii) For information regarding this solicitation, please contact Swati Jain, swati.jain2.civ@mail.mil, CC Phillip Amador, phillip.j.amador.civ@mail.mil and Daniel Han daniel.s.han.ctr@mail.mil. Please reference solicitation W911QX-19-R-0022 on any correspondence.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »