Search Contract Opportunities

FLASH STORAGE MODULE   2

ID: F3QCCM7338A102 • Type: Synopsis Solicitation

Description

SOLICITATION F3QCCM7338A102 is issued as a request for quotation (RFQ)

This is a combined synopsis/solicitation for an Urgent Requirement 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCM7338A102. This solicitation will be solicited under Other Than Full and Open Competition.

SMALL BUSINESS SIZE STANDARD
(a) NAICS: 334111
(b) No. of Employees: 750
(c) Dollars:

REQUIREMENT:

CLIN 0001-AA: The FSM is a part of the MC-130J and AC-130J aircraft system that is replicated within the Software Integration Lab. This FSM is not on the aircraft but is connected with the system integration lab in the 402d Software Maintenance Group (SMXG) located at Robins AFB.

Qty 4 ea PN: RHFS-3UJ1024-F : Flash Storage Module (FSM), 3U VPX, 1024GB capacity (800 GB usuable after over-provisioning), JBOD with 4 SATA ports on VPX, AES256-bit Encryption, 1" pitch, conduction-cooled, Temperature Range = -40 to +85 C, SLC NAND FLash, Vita 48 REDI, Validated to FIPS 140-2 Level 2 (Certificate #1885).

Delivery: 16 Weeks ARO

Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number.

Quotations should be emailed to Teisha Brown (teisha.brown@us.af.mil) no later than Friday, 05 Jan 18, 4:00 pm EST. The anticipated award date is 9 Feb 2018. Please do not request award status prior to this date.

Manufacturer: Curtiss-Wright Defense Solutions

Justification for Sole Source Only:
This is a Brand Name Buy. Curtiss Wright is the only authorized seller of this FSM and there are no other authorized resellers of this product. Curtiss Wright is the OEM of this FSM. This item is manufactured in United States (Ohio).

The (SMXG) uses the Curtiss-Wright flash storage module to connect with the MC-130J and AC-130 aircraft in order to store aircraft information such as mission data, charts, and maps. Since this flash storage module is utilized on the airfcraft the lab is required to use the same device. The technical data, specifications, and engineering data are proprietary to the original equipment manufacturer (OEM), Curtiss-Wright, who has no third-party resellers and does not authorize any other source to provide warranty support.

The following clauses are applicable to subject solicitation (current through 2005-96 dated 06 Nov 2017 and DFARS Change Notice 20171208):

FAR 52.204-7 System for Award management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.212-1 Instructions to Offerors
FAR 52.212-2 Evaluation-Commercial Items: Fill -in:______Price_______
FAR 52.212-4 Contract Terms and Conditions - Commercial Items
FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management.
FAR 52.247-34 FOB Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):

www.farsite.hill.af.mil
FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation
(b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil

DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials
DFARS 252.204-7004 Alternate A, System for Award Management.
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
DFARS 252-204-7012 Safeguarding 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.211-7003 Item Unique Identification and Valuation. 1st fill in: N/A
DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items
DFARS 252.225-7001 Buy American Act and Balance of Payments Program
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.)
DFARS 252.232-7010 Levies on Contract Payments
AFFARS: 5352.201-9101 Ombudsman
IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov.

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)

(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(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 an 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; and

(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)

Overview

Response Deadline
Jan. 5, 2018, 4:00 p.m. EST Past Due
Posted
Dec. 29, 2017, 11:20 a.m. EST
Set Aside
None
Place of Performance
580 SMXG/MXDPBA Bldg 229 East 280 Byron St. Robins AFB, GA 31098 USA
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 7 days, below average for the AFLCMC Robins AFB.
On 12/29/17 AFLCMC Robins AFB issued Synopsis Solicitation F3QCCM7338A102 for FLASH STORAGE MODULE due 1/5/18. The opportunity was issued full & open with NAICS 334111 and PSC 70.
Primary Contact
Title
Contract Specialist
Name
Teisha M. Brown   Profile
Phone
(478) 327-9884

Secondary Contact

Title
Contract Specialist
Name
Erica R. Martin   Profile
Phone
(478) 926-4048

Documents

Posted documents for Synopsis Solicitation F3QCCM7338A102

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation F3QCCM7338A102

Award Notifications

Agency published notification of awards for Synopsis Solicitation F3QCCM7338A102

Contract Awards

Prime contracts awarded through Synopsis Solicitation F3QCCM7338A102

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation F3QCCM7338A102

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation F3QCCM7338A102

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PK/PZ - Robins AFB
Source Organization Code
1b2956aa0dc6fbb44d628a7c35c85884
Last Updated
Jan. 20, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 20, 2018