Skip to main content

An official website of the United States government

You have 2 new alerts

Iridium SHOUT TS Trackers and Short Burst Service Airtime

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 (Original)
  • Original Published Date: Apr 06, 2023 04:08 pm EDT
  • Original Date Offers Due: Mar 12, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 27, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    San Diego , CA 92101
    USA

Description

2.0 Description – Additional Information

2.1  This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued.

2.2  This combined synopsis/solicitation is issued as a Request for Quotes (RFQ) under corresponding MIQ M-23-A31-R-000134.

2.3  This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 with an effective date of 16 March 2023 as annotated on acquisition.gov.

2.4  This acquisition is set-aside 100% for small business concerns under the applicable NAICS Code 334220 with a small business size standard of 1,250.

2.5  The applicable CLIN structure can be found at the end of the description section.

2.6  The items to be procured are Iridium Short Burst Data related. The items are further explained in the CLIN structure below.

2.7  The Period of Performance (PoP) for the base year will be 01 May 2023 – 30 April 2024 with four (4) one-year option periods. Location will be San Diego, CA.

2.8  Provision 52.212-1 applies to this acquisition.

2.9  Provision 52.212-2 applies to this acquisition.

2.10 Provision 52.212-3 applies to this acquisition.

2.11 FAR Clause 52.212-4 applies to this acquisition.

2.12 FAR Clause 52.212-5 applies to this acquisition.

2.13 N/A

2.14 N/A

2.15 All offers are due by 9:00 AM Eastern Standard Time (EST) on Wednesday, 12 April 2023.**

CLIN Structure

CLIN     Description                                                                  Unit      QTY     Unit Price*       AMT*

0001     NAL Research Iridium SHOUT TS GPS Tracker             EA        50

             in accordance with SOW

             POP: 01 May 2023 – 30 April 2024

0002     One Time Activation Charges                                        EA        50

             in accordance with SOW

              POP: 01 May 2023 – 30 April 2024

0003     Iridium Short Burst Service Airtime 5KB Plan                   MO       12

            (Rates per KB)  in accordance with SOW

             POP: 01 May 2023 – 30 April 2024

0004     Monthly Estimated Overage for 50 Devices                     MO       12

            200KB x 2.75

            POP: 01 May 2023 – 30 April 2024

Base Year Total:                                                                                                                                  

1001     Iridium Short Burst Data Service Airtime 5KB Plan           MO       12

             (Rates per KB)  in accordance with SOW

             Option Year One

             POP: 01 May 2024 – 30 April 2025

1002     Monthly Estimated Overage for 50 Devices                     MO       12

             200KB x 2.75

             Option Year One

             POP: 01 May 2024 – 30 April 2025

Option Year One Total:                                                                                                                         

2001     Iridium Short Burst Data Service Airtime 5KB Plan           MO       12

              (Rates per KB)  in accordance with SOW

              Option Year Two

              POP: 01 May 2025 – 30 April 2026

2002     Monthly Estimated Overage for 50 Devices                     MO       12

             200KB x 2.75

             Option Year Two

             POP: 01 May 2025 – 30 April 2026

Option Year Two Total:                                                                                                                         

3001     Iridium Short Burst Data Service Airtime 5KB Plan           MO       12

             (Rates per KB)  in accordance with SOW

              Option Year Three

            POP: 01 May 2026 – 30 April 2027

3002     Monthly Estimated Overage for 50 Devices                     MO       12

             200KB x 2.75

             Option Year Three

POP: 01 May 2026 – 30 April 2027

Option Year Three Total:                                                                                                                       

4001     Iridium Short Burst Data Service Airtime 5KB Plan          MO       50

             (Rates per KB)  in accordance with SOW

             Option Year Four

            POP: 01 May 2027 – 30 April 2028

4002     Monthly Estimated Overage for 50 Devices                     MO       12

             200KB x 2.75

             Option Year Four

             POP: 01 May 2027 – 30 April 2028

Option Year Four Total:                                                                                                                        

Base Plus All Option Years Totals:                                                                                                        

This procurement will be completed, subject to the availability of funds, through a Lowest Price Technically Available (LPTA) evaluation. The technical capability criteria below will be used by the USMS to comparatively evaluate each offer:

  • Declaration statement of your firms understanding of the scope of the Statement of Work
  • Demonstrate your firm’s ability to provide 24 hour/day, 7 days/week customer support and provide self-provisioning capability for its customers
    • Activations, Deactivations and changes to Internet protocol (IP) delivery address are completed by authorized USMS personnel via a secured internet connection
  • Iridium Short Burst Data Service must be capable of delivering data to 5 IP addresses
  • Ability to meet or exceed all items specified in the attached Statement of Work

Technical capability will be evaluated on a Pass/Fail basis. Offerors must pass all technical capability criteria to receive an overall PASS evaluation.

Rating Definition

Pass: The proposal indicates a thorough understanding of the requirement and it is likely the vendor will be successful in performing this requirement without Government intervention.

Fail: The proposal indicates a lack of understanding of the requirement and it is unlikely the vendor will be successful in performing this requirement without Government intervention.

* Offerors MUST provide the following information on all quotes submitted:

  1. Unit Price for each CLIN
  2. Amount (AMT) total for each CLIN
  3. Total for each year (base and options)
  4. Total of base plus all option years
  5. UEI Number
  6. CAGE Code

**All offerors must be sent via email to BOTH christopher.jones10@usdoj.gov and julie.simpson@usdoj.gov. Email subject line must include the solicitation number. Failure to include the solicitation number may result in your quote inadvertently being excluded from consideration.

Contact Information

Contracting Office Address

  • 108 FEDERAL BUILDING 200 W. SECOND STREET
  • DAYTON , OH 45402
  • USA

Primary Point of Contact

Secondary Point of Contact

History