Skip to main content

An official website of the United States government

You have 2 new alerts

Variable Height Antenna System-Unmanned Aircraft System (T-UAS)

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: Sep 19, 2024 01:15 pm EDT
  • Original Published Date: Sep 17, 2024 04:16 pm EDT
  • Updated Date Offers Due: Sep 20, 2024 12:00 pm EDT
  • Original Date Offers Due: Sep 19, 2024 02:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 05, 2024
  • Original Inactive Date: Oct 04, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1550 - UNMANNED AIRCRAFT
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Charlotte , NC 28208
    USA

Description

Amendment 1)  Extension of contract to receive quotes.  No other changes to the solicitation. 

This is a combined synopsis/solicitation for commercial supply request for quote prepared in accordance with the format in subpart FAR 12.6, as supplemented with additional information included in this notice, and FAR 13.5.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

The solicitation is issued as a Request for Quote (RFQ), unless otherwise indicated herein.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 336411 with a size standard of 1,500 employees.  This requirement is for a small business set aside.  The Product Supply or Service Code is 1550 – Unmanned Aircraft.

This is for five (5) Variable Height Antenna System-Unmanned Aircraft System (T-UAS).

This requirement is for T-UAS.  Please see Statement of Work (SOW) for full description of the requirement reference No. DJA-24-ASOD-PR-0358 for the list of contract line item number, quantities, units of measures, terms and clauses.

Delivery shall be made no later than ninety (90) days after purchase order award.  Actual dates will be determined at award.  Delivery shall be made by the contractor.  The contractor shall provide all shipment as Free on Board (FOB) Destination to the following:

ATF

NFC FABTECH (Org Code 701206)

3140 Yorkmont RD STE 300

Charlotte, NC, 28208

ATTN: Jodi Davis

704-441-4097

Jodi.davis@atf.gov

Delivery shall be coordinated with the Government prior to arrival with the following:

Jodi Davis

704-441-4097

Jodi.davis@atf.gov. See PWS for more details.

The lowest priced technically acceptable product described in the SOW will be the one selected by the Government.  The selected vendor must comply with the following FAR commercial provisions and clauses, which are incorporated herein by reference/full text respectively: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the additional clauses in paragraph (b) identified in the solicitation. FAR 52.212-2, Evaluation- Commercial Products and Commercial Services, is not applicable to this requirement. Please see solicitation for additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this requirement.

Vendors SHALL be registered and Active in the System for Award Management (SAM) system (www.SAM.gov) at the time of quotation submission, pursuant to FAR 52.204-7.  Additional ATF local and FAR clauses and provisions are included in the solicitation.  Additionally, provisions that require fill-ins for this solicitation are included.  The vendor shall return these fill-ins with their solicitation response or confirm responses on SAM.gov registration.

The contractor shall conform to the following ATF guidelines, security requirements, and federal regulation and legislation throughout the life of the contract. ATF reserves the right to amend/upgrade these standards and internal guidelines, processes and procedures based on technological advances.

a. Minimum Database Security Requirements as prescribed by the ATF Information Systems Security Office (ATF ISSO)

b. NIST Special Publication 800-53

c. ATF Publication, 7500.1 Rules of Behavior and Customer Agreement for ATF Workstation Users

d. Section 508 of the Rehabilitation Act (29 U.S.C. 794d), Subpart B – Technical Standards, 1194.21, Software Applications and Operating Systems, and 1194.22, Web-based Intranet and Internet Information and Applications, as it applies to this requirement.

The Contractor shall conform to Section 508 of the Rehabilitation Act. As part of the Workforce Investment Act of 1998, the U.S. Congress re-authorized Section 508 of the Rehabilitation Act, strengthening it by establishing accessibility standards. The reauthorization dictates that Federal agencies are required to ensure that all electronic and information technology purchased, maintained, or developed meet the new accessibility standards.

All information systems shall be compatible with existing technology and software. Section 508 Standards have been incorporated into the Federal Acquisition Regulation (FAR), 29 U.S.C. & 794d.

The contractor/awardee must comply with provisions and clauses/terms & conditions (T&Cs) incorporated herein via full text and by reference.

Offeror Representations and Certifications – Commercial Items applies to this acquisition. Prospective vendors must be actively registered with the System for Awards Management (SAM) website at http://www.SAM.gov. The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition.  The offeror must have a current profile in the Online Representations and Certifications (http://www.SAM.gov) prior to award. The above referenced FAR clauses and provisions may be accessed via the World Wide Web at www.aquisitions.gov/far.

The contractor shall complete the following ATF and FAR Clauses: ATF – 50, 52.204-26, 52.204-24, 52.209-5, 52.209-7, 52.209-11 and 52.222-22.

All questions regarding this solicitation shall be submitted in writing and sent via email to Christian Shepard Christian.shepard@atf.gov, David Berger at David.Berger@atf.gov, and Charles Strickland at Charles.Strickland_jr@atf.gov. Vendors shall reference, reference No. DJA-24-ASOD-PR-0358 when the quotes are submitted.  All questions shall be received by 1700 EST, 18 September 2024.  All quotes shall be submitted via email to christian.shepherd@atf.gov , david.berger@atf.gov and charles.strickland@atf.gov by the solicitation response date of 19 September 2024.

See SOW and RFQ in attachments for more information.

Contact Information

Contracting Office Address

  • ATF ACQUISITIONS OFFICE 99 NEW YORK AVE
  • WASHINGTON , DC 20226
  • USA

Primary Point of Contact

Secondary Point of Contact

History