Primary Crash System

Agency:
State: Minnesota
Type of Government: Federal
Category:
Posted: Sep 20, 2023
Due: Sep 26, 2023
Publication URL: To access bid details, please log in.
Follow
Primary Crash System
Active
Contract Opportunity
Notice ID
W50S7F23Q0025
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NG USPFO ACTIVITY MNANG 148
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Sep 20, 2023 04:09 pm CDT
  • Original Published Date: Sep 07, 2023 01:51 pm CDT
  • Updated Date Offers Due: Sep 26, 2023 11:00 am CDT
  • Original Date Offers Due: Sep 22, 2023 11:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 11, 2023
  • Original Inactive Date: Oct 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7G20 - IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Duluth , MN 55811
    USA
Description View Changes

20 September 2023 ****Change Notice 2****



Change is to extend the solicitation date from Friday, 22 September 2023 to Tuesday, 26 September 2023, at the same time, 11:00am CST.



Change is to offer a Site Visit on Monday, 25 September 2023 at 10:00am CST.



Adding FAR Provision 52.237-1 Site Visit (APR 1984)



Adding Base Access Form (titled 148FW Form 66 Application Release (Fillable)) for site visit attendees. Form must be completed and submitted no later than 48 hours prior to the site visit and sent to the email address located on the form and cc'd to rebecca.dimler@us.af.mil.



All other terms and conditions remain unchanged.



14 September 2023 ****Change Notice 1****



Change is add two attachments - Questions and answers to the solicitation (B08 W50S7F23Q0025-1 Questions and Answers) and Current Primary Crash System Brochure (B08 W50S7F23Q0025-1 Current System Brochure)



**No other changes to the solicitation. All terms and conditions remain unchange.





This is an Air National Guard solicitation for a primary crash system prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05. This solicitation is set-aside 100% for small business. North American Industrial Classification Standard 334290 applies to this solicitation; business size standard is 800 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS.





FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.





The Minnesota Air National Guard has plans to issue a firm-fixed price order for the following:





CLIN 0001: Primary Crash System Qty: 1 EA





-System shall utilize existing 1G fiber Ethernet circuit provided by Paul Bunyon Communications that ties the 148th FW to the Duluth Airport Authority Air Traffic Control.



-Should be a direct line phone system that connects to the 148th Base Defense Operations Center via telephone and alerts the Airfield Response Fire Fighting (ARFF) via overhead paging.



-System needs to interface with the ARFF paging system, 800 MHz radio system, and should provide and connect to IP based speakers in the security and administration office of the Airport Terminal for listen-in purposes.



-ARFF paging system consists of the following equipment:



IED 528SRM



IED 9160



IED card module with five (5) 6472 zone cards.



IED 9040NLR



-System will require a server to record all audio conversations and have the capacity to store audio logs for up to one (1) calendar year.



-System should have at least a five (5) year warranty on parts and service.





CLIN 0002: Installation of primary crash system





****QUOTATION INSTRUCTIONS****





Preparing and Submitting your Quote:



Offerors shall provide pricing for the above items inclusive of delivery to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6022. These items must be delivered within 60 days after date of contract. If you cannot meet this request, please provide your best delivery date. Please make quotes valid for a minimum of 60 days.





All questions and quotes must be directed to Rebecca Dimler at rebecca.dimler@us.af.mil and Dustin Shearer at dustin.shearer@us.af.mil no later than two (2) business days prior to quote due date. All questions and answers must be in writing. Do not contact other Government personnel, as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing.





Place the solicitation number in the subject line of any email.





Evaluation:



The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government using the Best Value approach. Quotes will be evaluated using price, technical, and past performance. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. The government will seek 3rd party consumer reviews of quoted items to determine technical ratings.





GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. At the time of evaluation of your quote, your company must have an active status in SAM.gov.





Electronic Documents: All electronic documents must NOT be “secured”, “locked”, or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.





The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:



52.237-1 Site Visti (APR 1984)



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020)



52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)



52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (DEC 2022)



52.219-1 Small Business Program Representations



52.222-50 Combating Trafficking in Persons (NOV 2021)



52.232-18 Availability of Funds (APR 1984)



52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)



52.233-3 Protest after Award (AUG 1996)



252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)



252.203-7001 Prohibition On Persons Convicted of Fraud… (JAN 2023)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022)



252.203-7005 Representation Relating to Compensation of Former DoD Officials (SEP 2022)



252.204-7003 Control Of Government Personnel Work Product (APR 1992)



252.204-7006 Billing Instructions (OCT 2005)



252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (JAN 2023)



252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023)



252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation (DEC 2019)



252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)



252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023)



252-209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Dev 2012-O00004) (JAN 2012)



252.211-7003 Item Unique Identification and Valuation (JAN 2023)



252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous… (SEP 2014)



252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023)



252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (NOV 2014)



252.225-7001 Buy American and Balance of Payments Program (JAN 2023)



252.225-7002 Qualifying Country Sources As Subcontractors (MAR 2022)



252.225-7031 Secondary Arab Boycott of Israel (JUN 2005)



252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic (JAN 2023)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)



252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation (JUN 2023)



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (DEC 2018)



252.232-7010 Levies on Contract Payments (DEC 2006)



252.237-7010 Prohibition on Interrogation of Detainees by Contractor (JAN 2023)



252.239-7098 Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation (DEVIATION 2021-O0003) (APR 2021)



252.243-7001 Pricing Of Contract Modifications (DEC 1991)



252.244-7000 Subcontracts for Commercial Items (JAN 2023)



252.244-7001 Contractor Purchasing System Administration (MAY 2014)



252.247-7023 Transportation of Supplies by Sea (JAN 2023)





252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)





(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://piee.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://piee.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 OR 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 financing, submit a commercial 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



CLIN(s)



0001 and 0002



Pay Official DoDAAC



F87700



Issue By DoDAAC



W50S7F



Admin DoDAAC **



W50S7F



Inspect By DoDAAC



BLOCK #15



Ship To Code



BLOCK #15



Ship From Code



____



Mark For Code



____



Service Approver (DoDAAC)



____



Service Acceptor (DoDAAC)



____



Accept At Other DoDAAC



____



LPO DoDAAC



____



DCAA Auditor DoDAAC



____



Other DoDAAC(s)



____





(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.



Rebecca.dimler@us.af.mil





(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.





(End of clause)





Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR MNANG DO NOT DELETE 4685 VIPER ST
  • DULUTH , MN 55811-6012
  • USA
Primary Point of Contact
Secondary Point of Contact
History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.