Android Tactical Assault Kit (ATAK)

expired opportunity(Expired)
From: Federal Government(Federal)
FE671282730076

Basic Details

started - 22 Mar, 2019 (about 5 years ago)

Start Date

22 Mar, 2019 (about 5 years ago)
due - 04 Apr, 2019 (about 5 years ago)

Due Date

04 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
FE671282730076

Identifier

FE671282730076
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (706009)DEPT OF THE AIR FORCE (60219)AFRC (873)FA6656 910 AW LGC YNGSTN WRN ARPT (92)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

 This is a COMBINED SYNOPSIS/SOLICITATION for a commercial item 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FE671282730076 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2019-01 (20 December 2018) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20180928. This solicitation is a 100% small business set-aside.  The North American Industrial Classification System (NAICS) code for this commercial supply is 334111; the small business size standard is 1250 employees. The 911th AW has a requirement to procure the commercial items listed below, the 910th CONF/PK is the procuring office for this
purchase request. SCHEDULE OF SUPPLIES:This acquisition is for the purchase of the following items:The 911th AW is in need of an Android Tactical Assault Kit (ATAK). ATAK is an Android application that provides real-time situational awareness for the military, law enforcement, and other governmental agencies. Initially developed by the Department of Defense (DoD) for the Special Operations community. The application has grown to supplement a wide array of mission sets. ATAK is an incredibly powerful mapping and friendly force tracker that allows teams to share and access situational awareness and collaborate in real time, greatly increasing command and control within and across organizations. ATAK is a mapping engine developed for the Android Operating System which allows for precision targeting, intelligence on surrounding land formations, navigation, and generalized situational awareness.The equipment needed is as follows:3- Samsung Galaxy S9 G9600 64GB Single SIM Unlocked GSM 4G LTE Phone w/ 12MP Camera - Midnight Black (International Version) 3- Zizo BOLT Series compatible with Samsung Galaxy S9 Case Military GradeDrop Tested with Tempered Glass Screen Protector Holster BLACK BLACK 2- Samsung Galaxy Tab E 9.6"; 16 GB Wifi Tablet (Black) 2- Ram Mounts Vehicle Dock with GDS Technology for Samsung Galaxy Tab E 9.6 2- Ram Mounts Intelliskin with GDS Technology for Samsung Galaxy Tab E 9.6 2- RAM B Size 1" Ball on 2.5" Round Plates with AMPs hole pattern, LongLength Double Socket Arm 3- SanDisk Ultra 64GB microSDXC UHS-I Card with Adapter, Grey/Red, StandardPackaging (SDSQUNC-064G-GN6MA) 4- Verizon Jetpack MiFi 7730L 3- Dell Inspiron i7559-7512GRY 15.6 Inch UHD Touchscreen Laptop (Intel Corei7 2.6 GHz 6th Generation Processor, 1 TB HDD, 16 GB RAM, 128 GB SSD, NVIDIAGeForce GTX 960M, Windows 10) 36- Monthly Verizon Wireless Unlimited Data Service Plan for All Phones,Tablets, and MiFi Jetpacks 1- TAKServer Setup and Configuration 36- Monthly TAKServer Administration and Maintenance  The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil.   List of applicable provisions:FAR 52.204-7, System for Award Management (Oct 2018)FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2016)FAR 52.204-17, Ownership or Control of Offeror (July 2016)FAR 52.212-1, Instructions to Offerors, Commercial Items (Oct 2018)FAR 52.212-2, Evaluation -- Commercial Items, (Oct 2014)The evaluation factors that will be used to determine award will be lowest price technically acceptable. FAR 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items (Oct 2018).Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov.FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018)DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Feb 2019)DFARS 252.204-7004 (Alternate A), System for Award Management (Feb 2014)DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011)DFARS 252.225-7000, Buy American Statute--Balance of Payments Program Certificate (Nov 2014).FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998). List of applicable clauses:FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)FAR 52.204-13, System for Award Management Maintenance (Oct 2018)FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2016)FAR 52.204-18, Commercial and Government Entity Code Maintenance (July 2016)FAR 52.209-10, Prohibition on Contraction with Inverted Domestic Corporations (Nov 2015)FAR 52.212-4, Contract Terms and Conditions-Commercial items (Oct 2018)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items Jan 2019 (DEVIATION 2018-O0021)FAR 52.219-6, Notice of Total Small Business Set-Aside Nov 2011 (DEVIATION 2019-O0003)FAR 52.219-28, Post-Award Small Business Program Rerepresentation (July 2013)FAR 52.222-3, Convict Labor (June 2003)FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52-222-26, Equal Opportunity (Sept 2016)FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)FAR 52.222-50, Combating Trafficking in Persons (Jan 2019)FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018)FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.233-1, Disputes (May 2014)FAR 52.233-3, Protest After Award (Aug 1996)FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sept 2013)DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016)DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic (Dec 2017)DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2017)DFARS 252.225-7048, Export-Controlled Items (Jun 2013)DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018)DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013)AFFARS 5352.201-9101, Ombudsman (Jun 2016)AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012)FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum the unit price, discount/payment terms, delivery time after receipt of award, and FOB terms. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on Monday, 4 April 2019. Please submit quote via email to sierra.prindle@us.af.mil, or by mail to 910th CONF/PK, BLDG 504, ATTN: Sierra Prindle, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Sierra Prindle at (330) 609-1045 or sierra.prindle@us.af.mil or Contracting Officer Phyllis Delgros at (330) 609-1046 or phyllis.delgros@us.af.mil.Government's intent is to award a single firm fixed-price contract between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.  Contracting Office Address:Youngstown Air Reserve Station910 CONF/PK3976 King Graves Rd-Unit 31Vienna, OH 44473-5931 Place of Delivery/Acceptance:Pittsburgh ARS911 Security Forces Squadron2475 Defense AveCoraopolis, PA 15108

2475 Defense Ave Coraopolis, Pennsylvania 15108 United StatesLocation

Place Of Performance : 2475 Defense Ave

Country : United States

Classification

334 -- Computer and Electronic Product Manufacturing/334111 -- Electronic Computer Manufacturing
naicsCode 334111Electronic Computer Manufacturing
pscCode 59Miscellaneous Electrical and Electronic Components