Search Contract Opportunities

Silent Tactical Energy Enhanced Dismount   2

ID: FA521524Q0018 • Type: Synopsis Solicitation

Description

Posted: Sept. 16, 2024, 9:47 p.m. EDT

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government.

This solicitation FA521524Q0018 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06.

This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The award will be a Firm-Fixed price contract. The NAICS code is 336999 and the small business size standard is 1,000 employees. The following commercial items are requested in this solicitation;

CLIN: 0001

QTY: 1 EA

Description: Silent Tactical Energy Enhanced Dismount all terrain electric powered platform.

FOB Destination: AFMED/SG5T

ATTN: Lt Col Alexander Ford

1270 Montevue Lane - Area B

Fort Detrick, MD 21702

EXTENDED DESCRIPTION

The following specifications must be met:

  • 1500W electric motor. Tactically silent and fully submersible
  • 2-12V batteries, 32 Ah each(24V system)
  • Minimum operating temperature: 45 F
  • Charging time: 2-4 hours from dead using charger. Includes solar panel adapter.
  • Overall dimensions: Length: 48 , Width: 40 , Height: 50
  • Payload capacity: 300- 500 lbs
  • Range: 15- 30 miles over different terrain
  • Zero turning radius
  • Operable in dense urban, subterranean and forested areas
  • 1-year warranty

ADDITIONAL REQUIREMENTS

Quotes are valid through 30 September 2024.

Items shall be received 30 Days ADC.

FOB Destination for delivery to SG5T, Ft. Detrick. MD.

The FAR provision 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition.

(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show

(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, Cage Code, DUNS Number, email address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

The FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition.

  1. 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: Lowest Price Technically acceptable (LPTA)

Offerors must comply with the FAR provision 52.212-3, Offeror Representations and Certifications Commercial Items and ALT I.

All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award.

As prescribed in DAFFARS 5301.9103, insert the following clause:

OMBUDSMAN (JUL 2023)

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,

AFICC/KH (CMSgt Joe Salazar) 25 E Street, Suite B-100

JBPH-H, HI 96853-5427

Phone: (808) 449-8569

FAX: (808) 449-8571

Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.

(End of Clause)

All quotes and questions must be sent to Ssgt Daniel P Callahan at daniel.callahan.7@us.af.mil and AMN Angel Liu at angel.liu@us.af.mil. Quotes are required to be received no later than 20 September 2024 1:00 pm HST.

ATTACHMENTS

  1. Provisions and Clauses
Posted: Sept. 16, 2024, 8:45 p.m. EDT
Background
This solicitation FA521524Q0015 is issued by the Air Force Installation Contracting Agency, specifically the 766 ESS at Joint Base Pearl Harbor – Hickam.

The purpose of this contract is to procure a Silent Tactical Energy Enhanced Dismount all-terrain electric powered platform, which aligns with the agency's mission to enhance operational capabilities with advanced technology.

This procurement is a 100% Small Business set-aside and will be awarded as a Firm-Fixed Price contract.

Work Details
The contract includes the following item:
- **CLIN:** 0001
- **QTY:** 1 EA
- **Description:** Silent Tactical Energy Enhanced Dismount all-terrain electric powered platform.

**Specifications:**
- 1500W electric motor, tactically silent and fully submersible.
- 2-12V batteries, 32 Ah each (24V system).
- Minimum operating temperature: 45°F.
- Charging time: 2-4 hours from dead using charger; includes solar panel adapter.
- Overall dimensions: Length: 48”, Width: 40”, Height: 50”.
- Payload capacity: 300-500 lbs.
- Range: 15-30 miles over different terrain.
- Zero turning radius.
- Operable in dense urban, subterranean, and forested areas.
- Comes with a 1-year warranty.

Place of Performance
FOB Destination for delivery is AFMED/SG5T, ATTN: Lt Col Alexander Ford, 1270 Montevue Lane - Area B, Fort Detrick, MD 21702.

Overview

Response Deadline
Sept. 20, 2024, 7:00 p.m. EDT Past Due
Posted
Sept. 16, 2024, 8:45 p.m. EDT (updated: Sept. 16, 2024, 9:47 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBPHH, HI 96853 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000 - $150,000 (AI estimate)
Signs of Shaping
The solicitation is open for 3 days, below average for the Pacific Air Forces. 90% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 9/16/24 Pacific Air Forces issued Synopsis Solicitation FA521524Q0018 for Silent Tactical Energy Enhanced Dismount due 9/20/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336999 (SBA Size Standard 1000 Employees) and PSC 2305.
Primary Contact
Name
Daniel Callahan   Profile
Phone
(808) 471-4323

Secondary Contact

Name
Angel Liu   Profile
Phone
(808) 471-4326

Documents

Posted documents for Synopsis Solicitation FA521524Q0018

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA521524Q0018

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA521524Q0018

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA521524Q0018

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA521524Q0018

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA521524Q0018

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PACAF > FA5215 766 ESS PKP
FPDS Organization Code
5700-FA5215
Source Organization Code
100266671
Last Updated
Oct. 5, 2024
Last Updated By
daniel.callahan.7@us.af.mil
Archive Date
Oct. 5, 2024