VIRTRA SYSTEM SERVICE

expired opportunity(Expired)
From: Federal Government(Federal)
W911S6-17-Q-0026

Basic Details

started - 18 Sep, 2017 (about 6 years ago)

Start Date

18 Sep, 2017 (about 6 years ago)
due - 20 Sep, 2017 (about 6 years ago)

Due Date

20 Sep, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W911S6-17-Q-0026

Identifier

W911S6-17-Q-0026
Department of the Army

Customer / Agency

Department of the Army
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added: Sep 18, 2017 5:31 pm Request for Quote for W911S6-17-Q-0026 1 year annual service agreement to support the Virtra System Inc. 180 LE Simulator System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Firm Fixed Price Service Contract and is anticipating a sole source award to Virtra Systems, Inc. for the following: Item 0001 One (1) year annual service agreement to support the VirTra Systems Inc. 180 LE-3 simulator system to include telephone support, remote assistance, labor, parts, travel, software updates, and overnight shipping. This package also includes an annual service and maintenance visit
from a VirTra technician. Including all travel and expenses to Dugway Proving Ground. Please call or e-mail Contract Specialist Larry Ruggles w/ all questions concerning this/these item/s @ 435-831-2103 larry.w.ruggles.civ@mail.mil This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-17-Q-0026. All firms responding must be registered with the SAM System for Award Management. North American Industrial Classification. Standard 541519 ($27.5 million) applies to this procurement. The following provisions and/or clauses apply to this acquisition: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.222-50 Combating Trafficking in Persons 52.228-5 Insurance - Work on a Government Installation 52.228-7 Insurance--Liability to Third Persons 52.233-3 Alt I Protest After Award (Aug 1996) - Alternate I 52.246-1 Contractor Inspection Requirements 52.246-2 Inspection of Supplies--Fixed Price 52.247-34 F.O.B. Destination 252.201-7000 Contracting Officer's Representative 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.219-7000 Advancing Small Business Growth 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic 252.227-7015 Technical Data--Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-16, Liquidated Damages-Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.228-4001 INSURANCE REQUIREMENTS 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION The following local information apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; FOREIGN VISITORS/EMPLOYEES Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer's Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, driver's license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of- Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. LOCATION OF US ARMY DUGWAY PROVING GROUND U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. NORMAL WORK HOURS U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (f) 1st Monday in September (b) 3rd Monday in January (g) 2nd Monday in October (c) 3rd Monday in February (h) November 11th (d) (e) Last Monday in May July 4th (i) 4th Thursday in November (j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. OSHA STANDARDS Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. All quotes must be e-mailed to Larry Ruggles at larry.w.ruggles.civ@mail.mil in either MS- Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e- mail Larry Ruggles at larry.w.ruggles.civ@mail.mil or call 435-831-2103. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Wednesday, September 20th 2017. If you need more time please let me know.

Bldg 5330 Valdez Circle Dugway, Utah 84022-5000 United StatesLocation

Place Of Performance : Bldg 5330 Valdez Circle Dugway, Utah 84022-5000 United States

Country : United StatesState : Utah

Classification

541 -- Professional, Scientific, and Technical Services/541519 -- Other Computer Related Services