KLAS Voyager 8+ Kit
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Mar 20, 2024 04:03 pm CET
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Apr 19, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Aviano , IT-PNITA
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 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.
2. This solicitation is being issued as a Request For Quotation (RFQ) using Simplified Acquisition Procedures (FAR Part 13)
3. The North American Industry Size Classification (NAICS) code associated with this requirement is 334220
Description:
GENERAL INFORMATION
This is a Request for Quote (RFQ) for commercial items 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; quotations are being
requested. **IF YOU DO NOT FILL IN AND SUBMIT THIS FORM YOUR QUOTE MAY BE FOUND
UNRESPONSIVE. **YOU MUST ALSO INCLUDE ADDITIONAL SPECIFICATIONS FOR YOUR QUOTED PRODUCTS.**
SOLICITATION NUMBER: FA568224Q8015
AMENDMENT NUMBER: 0001
AMENDMENT REASON: Change in CLIN 0010
SOLICITATION DATE: 14 March 2024
QUESTIONS DUE: Questions for this solicitation are due to this office by 1600 Central European Time (CET) on 27 March, 2024.
QUOTES DUE: Quotes for this solicitation are due to this office by 1600 Central European Time (CET) on 04 April, 2024.
Contents must adhere to requirements outlined in the addenda to provision 52.212-1 below. Submit offers and any questions to:
SrA Logan Gaib at logan.gaib@us.af.mil, phone number +39 043 430 7466
AWARD BASIS: Price and Other Factors
Quotes must be valid till September 30 2024
This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-03
Effective 23 Feb 2024; DFARS Change 02/15/2024 Effective 15 Feb 2024 and DAFAC 2023-0707 Effective 07 July 2023.
The following information will be provided by offerors/suppliers:
NAME OF ORGANIZATION: _______________________________________________________
CAGE CODE: ________________________(https://eportal.nspa.nato.int/Codification/CageTool/home)
SAM REGISTRATION EXPIRATION DATE: ________________
CONTRACT INFORMATION
- Type of Contract: Firm Fixed Price
- Invoicing Procedures: The contractor will submit invoices for payment electronically through the Procurement Integrated
Enterprise Environment (PIEE) system (https://piee.eb.mil/piee-landing/)
Brand Name Requirement for KLAS products.
PRICING SCHEDULE
CLIN Item Description
& Requirements
Unit of
issue
Quantity Unit Price Total
0001 KLAS-VOY-C HAS8+-R2 - Voyager 8+ is a carbon-fibre,
stackable, transit case with removable, rack-mount UPS
chassis. The chassis provides a rugged back plane for up to 8
Voyager network modules. Features include
module hot swap, wide-ranging AC and DC input,
and tripleBB-xx90 batteries for UPS and battery
operation with on-board charging for BB-2590.
Batteries not included.
Ea 1
0002 KLAS-KARE-CHAS8+-R 2-1 - Voyager 8+ Warranty Ea 1
0003 KLAS-BATT-0034 - Voyager 8+ Battery Ea 3
0004 KLAS-VOYMRB-V8P Voyager MRB V8P bracket for
AN/PRC-117G
Ea 2
0005 KLAS-KARE -RB-R1-1 VOYAGERMRB V8P Warranty Ea 2
0006 KLAS-VOY-1-250X-BRACKET-R3 VOYAGER 1 KG-
250X BRACKET
Ea 1
0007 KLAS-TRX-R2-3708 - TRX-R2 is a server, router and
wireless gateway
Ea 1
0008 "KLAS-KARE-TRX-R2-1" 1 year expanded hardware
coverage
Ea 1
0009 KLAS-TRX-MODM-003 SIERRA WIRELESS LTE Ea 1
0010 KLAS-TRX-R2-64GB-UPGRADE 64GB RAM Upgrade Ea 1
0011 KLAS-VOY-SW26G-R1 Networking Switch Ea 1
0012 KLAS-KARE-SW26G-R1-1 Networking Switch Warranty Ea 1
0013 KLAS-VOY-ESR-R2 Voyager ESR 6300 embedded service
router
Ea 2
0014 KLAS-KARE-ESR-R2-1 support coverage Ea 2
0015 SL-6300-NA/DP-K9- Cisco ESR6300 Network Advanced
Software License
Ea 2
0016 KLAS-VOY-C HAS1-R8 Voyager 1 Chassis is a Lithium
Ion battery 6
Ea 6
0017 Shipping to Aviano Air Base, Italy Ea 1
GRAND TOTAL(TOTAL EVALUATED PRICE):
PROPOSED DELIVERY SCHEDULE:
VENDOR INFORMATION
Vendor Name:
Quoted By:
Title:
Phone:
Email: Cage Code:
UEI:
Discount Terms:
The following NAICS code 334220 - Radio and Television Broadcasting and Wireless Communications Equipment
Manufacturing applies to this solicitation. Due to the overseas location of this solicitation, no small business set-aside
will be used.
The Provision at 52.204-7, System for Award Management (SAM), applies to this acquisition.
52.212-1, Instructions to Offerors -- Commercial Products and Commercial Services (Mar 2023) Addendum
Clarification of language used. This solicitation is a Request for Quote (RFQ). If appearing in this solicitation, the terms
"RFP" shallmean "RFQ", the words "proposal" or "offer" shall mean "quote", the word "offeror" shall mean "quoter",
and the word "contract"shall mean "purchase order."
Content of Quote: Submitted quotes must include 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. A general statement of compliance or restatement of the requirement specifications is insufficient. Vendor is
responsible for ensuring the quote provided addresses each specification listed in this solicitation. Descriptive literature
information such as illustrations, drawings, or a clear reference, such as website information must be made readily
available to the Contracting Officer. The Contracting Officer is NOT responsible for locating or obtaining any
information not identified in the quote and literature. The Government intends to make an award without discussion; to
this end, if a quote does not clearly demonstrate technical compliance and/or does not comply with every requirement
contained within this solicitation, the quote will not be considered for award.
NOTE: The quoter shall provide the applicable express warranties as a separate document that shall be included in the
final contract by addendum.
DELIVERY LOCATION:
Aviano AB
FB5682
31 LRS/LGRDDC
BLDG 1029 Unit 6108
Commercial Phone: +39 0434 30 7466
AVIANO AB, ITALY
33081 AVIANO (PN)
ATTN- Capt Monroe
Determination of Contractor Responsibility. All vendor must be registered in the System for Award Management
(SAM.gov) at the time of quote submittal. If a vendor is in the process of registering and/or re-validating Representations
& Certifications at the time of quote submittal, contact the Contracting Officer prior to the close of the solicitation with all
supporting documentation.
Issuance of Purchase Order. The Government intends to issue a single Firm Fixed Price Purchase Order to the vendor that
provides the most advantageous quote to the Government. The Contracting Officer may reject any or all quotes. The
Contracting Officer will make an award to the vendor whose quote represents the best overall value to the Government in
accordance with the Evaluation Criteria specified in the Addendum to FAR 52.212-2, Evaluation - Commercial Products
and Commercial Services, below.
The Government reserves the right to cancel this RFQ at any time prior to or after receipt of quotes. In the event the
Governmentcancels this RFQ, the Government has no obligation to reimburse a quoter for any costs.
52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021) is hereby incorporated by
reference.
Addendum to FAR 52.212-2.
IAW FAR 12.301(c)(2) and the procedures stated in FAR 13.106-2, the Government will award a contract resulting from
this solicitation to the responsible quoter whose quote conforms to the solicitation and is most advantageous to the
Government, price and other factors considered.
Evaluation Procedures: This will be a Lowest Price Technically Acceptable (LPTA) evaluation. Award may only be made
to a responder who is deemed responsible in accordance with FAR 9.1, whose quote conforms to the solicitation’s
requirements (to include all stated terms, conditions, representations, certifications, and all other information required
under the Addendum to FAR52.212-1, Instruction to Offerors, of this solicitation), based on the evaluation factors/sub
factors, and to represent the lowest pricetechnically acceptable quote. The following factors shall be used in a comparative
evaluation:
1) Price: At a minimum the CLINs structure outlined in the solicitation shall be completed. The proposed price shall be
submitted in U.S. Dollars and inclusive of supply, shipping and delivery, installation, setup, and training. The Unit Price
must be rounded to the second decimal.
2) Technical Compliance. Quotes will be evaluated based upon how well they adhere to this solicitation's specifications
via submitted technical documentation and will be rated on an Acceptable/Not Acceptable basis. If no technical
documentation is provided the proposal will be deemed unacceptable and/or unresponsive.
**************************************************************************************************
- TECHNICAL RATINGS -
Acceptable: Quote clearly meets the minimum requirements of solicitation
Not Acceptable: Quote does NOT clearly meet the minimum requirements of the solicitation
**************************************************************************************************
Only quotes deemed “Responsive” shall be evaluated. All responsive quotes received will be first evaluated by Technical
Acceptability and then for Price. The technical evaluation team will evaluate quotes on an Acceptable/Not Acceptable
basis. After evaluation, the lowest priced technically acceptable quote will be selected for award.
The Contracting Officer further reserves the right to conduct price realism to determine whether quotes are so low/high
they reflect alack of technical understanding by the quoter. If deemed necessary, the Contracting Officer shall reject any
quote that is deemed unrealistically low/high.The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not
expectrequests for clarification or additional information from the Government. Award will be based on the initial evaluation
of quotesreceived in response to the solicitation. Therefore, quoters are cautioned that their initial quotes should contain their
best terms froma technical and price standpoint. However, the Government reserves the right to conduct discussions with
vendors if later determinedby the Contracting Officer to be necessary. The Government may reject any or all quotes if such
action is in the public interest; andmay waive informalities and minor irregularities in quotes received.
Attachments:
Attch 1 - Provisions and Clauses
Attch 2 - FAR 52.212-1 Instructions to Offerors Full Text
Attch 3 - Brand Name Justification KLAS Redacted
Contact Information
Primary Point of Contact
- Logan Gaib
- logan.gaib@us.af.mil
- Phone Number 390434307466