Skip to main content

An official website of the United States government

You have 2 new alerts

ATAK Devices

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: May 15, 2023 11:12 am MDT
  • Original Published Date: May 02, 2023 09:12 am MDT
  • Updated Date Offers Due: May 18, 2023 11:00 am MDT
  • Original Date Offers Due: May 15, 2023 11:00 am MDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 02, 2023
  • Original Inactive Date: May 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7B22 - IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    Draper , UT 84020
    USA

Description

SOLICITATION:  W911YP23R0016
AGENCY/OFFICE:  Utah Army National Guard / USPFO 
DELIVERY LOCATION:  Utah Army National Guard / 12953 S Minuteman Drive, Draper UT 84020
SUBJECT:  ATAK Devices
RESPONSE DUE DATE:  11:00 AM MST 18 May 2023
CONTRACTING POC:  Timothy A. Papa Email: timothy.a.papa.civ@army.mil Phone: 801-432-4246
 
DESCRIPTION:
 
*****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE.  ONLY QUOTES FROM REGISTERED SDs in SAM.GOV WILL BE ACCEPTED*****

This is a combined synopsis solicitation for the Utah Army National Guard for the requirement of ATAK DEVICES under solicitation number W911YP23R0016.  This solicitation is 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; quotes are being requested and a separate written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). 

This acquisition is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 334290 “Other Communication Equipment Manufacturing” which has a Small Business Size Standard of 750 employees (www.sba.gov).  FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE.  Wholesaler NAICS codes will not be accepted.  Delivery shall occur within 60-90 days ARO.  This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18

ATAK Devices Include:

•    (30 EA) SAMSUNG GALAXY S20 TACTICAL EDITION HARDWARE PERPETUAL S20 KNOX TACTICAL EDITION CLOUD LICENSE BUNDLE, Part # SM-G981UZAATTCCLO20
•    (30 EA) MOUNT PALS ARMOR 4.5IN SERIES, Part # JG.MT.PALS.045
•    (30EA) IMPCT; GALAXY S20, Part # JG.IMPCT.GLXY.S20
•    (20 EA) SAMSUNG GALAXY TAB ACTIVE 4 PRO 64GB (UNLOCKED), KNOX TACTICAL EDITION CLOUD LICENSE BUNDLE

**Tech Specifications attached**

BRAND NAME:
RFQ for brand-name items only pursuant to FAR Part 6.302-1(c).  Interested offerors are required to submit a price proposal for the brand-name equipment specified above. Offeror is to include freight costs if applicable and to specify the delivery schedule on the quotation to include lead times.
SET-ASIDE / FAR REGULATION:

Any award resulting from this solicitation will be made using a TOTAL SMALL BUSINESS SET-ASIDE order of precedence as follows:

In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2.  If there are no acceptable offers from small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.

CONTRACT TYPE / EVALUATION CRITERIA:  
This RFQ is subject to availability of funds per FAR 52.232-18.  The contract type for this procurement will be firm-fixed price and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed.  Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. Dimensions on items are approximate and slight size deviations are acceptable on equivalent items.  The offer must be registered in System for Award Management (SAM) to be eligible for award.

SAM REGISTRATION:  
All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing.  All qualified responses will be considered by the Government.  In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.  

Prospective offerors may obtain information on registration at WWW.SAM.GOV.  IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award.  Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.

QUOTE:  
Please provide your quote submission to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division NO LATER THAN 11:00 AM (Mountain) 18 MAY 2023.  All submissions should be sent via email to:  timothy.a.papa.civ@army.mil.  Facsimiles will not be accepted.  Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting.  Responses received after the stated deadline will be considered non-responsive and will not be considered.

PROVISIONS & CLAUSES:  
The following provisions and clauses are applicable to this solicitation:
FAR 52.204-7 – System for Award Management
FAR 52.204-9 – Personal Identity Verification of Contractor Personnel
FAR 52.204-16 – Commercial and Government Entity Code Reporting
FAR 52.204-18 – Commercial and Government Entity Code Maintenance
FAR 52.204-19 – Incorporation by Reference of Representations and Certifications
FAR 52.204-23 - Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities
FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-25 – Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-26 – Covered Telecommunications Equipment or Services-Representation
FAR 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services
FAR 52.212-3 – Offeror Representations and Certifications-Commercial Products and Commercial Services
FAR 52.212-3 – Alternate 1
FAR 52.212-4 - Contract Terms and Conditions--Commercial Products and Commercial Services
FAR 52.212-5 - (Contract Terms and Conditions Required to Implement Statues May 2022 or Executive Orders--Commercial Products and Commercial Services)
FAR 52.219-1 (Alt I) – Small Business Program Representation
FAR 52.219-6 – Notice of Total Small Business Set-Aside
FAR 52.219-28 – Post-award Small Business Program Representations
FAR 52.222-19 – Convict Labor—Cooperation with Authorities and Remedies
FAR 52.222-21 – Prohibit Segregated Facilities
FAR 52.222-26 – Equal Opportunity 
FAR 52.222-36 – Equal Opportunity for Workers With Disabilities
FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-50 – Combating trafficking in Persons
FAR 52.223-5 -- Pollution Prevention and Right-to-know Information
FAR 52.223-18 – Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-25 – Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 – Payments
FAR 52.232-33 – Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-39 – Unenforceability of Unauthorized Obligations
FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-1 – Disputes
FAR 52.233-3 – Protest After Award
FAR 52.233-4 – Applicable Law for Breach of Contract Claim
FAR 52.237-1 -- Site Visit
FAR 52.237-2 – Protection of Govt Buildings, Equipment, and Vegetation
FAR 52.243-1 – Changes-Fixed Price
FAR 52.249-1 – Termination for Convenience of the Government (Fixed-Price) (Short Form)
FAR 52.252-1 – Solicitation Provisions Incorporated by Reference
FAR 52.252-2 – Clauses Incorporated by Reference
DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 – Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 – Control of Government Personnel Work Product
DFARS 252.204-7004 – Antiterrorism Awareness Training for Contractors
DFARS 252.204-7009 – Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7015 – Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7018 – Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7024 – Notice of the Use of the Supplier Performance Risk System
DFARS 252.209-7999 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
DFARS 252.223-7006 – Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 
DFARS 252.225-7055 - Representation Regarding Business Operations with the Maduro Regime
DFARS 252.225-7056 - Prohibition Regarding Business Operations with the Maduro Regime
DFARS 252.225-7048 – Export-controlled Items
DFARS 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006 - Wide Area WorkFlow Payment Instructions
DFARS 252.232-7010 – Levies on Contract Payments
DFARS 252.232-7017 -- Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration
DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.239-7017 – Notice of Supply Chain Risk
DFARS 252.239-7018 – Supply Chain Risk
DFARS 252.243-7001 – Pricing of Contract Modifications
DFARS 252.244-7000 – Subcontracts for Commercial Items
DFARS 252.247-7023 – Transportation of Supplies by Sea
FAR 52.252-2 – Clauses Incorporated by Reference.  This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text.  Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at:  HTTPS://WWW.ACQUISITION.GOV.


 

Contact Information

Contracting Office Address

  • KO FOR UTARNG DO NOT DELETE 12953 SOUTH MINUTEMAN DRIVE
  • DRAPER , UT 84020-2000
  • USA

Primary Point of Contact

Secondary Point of Contact





History