Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
MODIFICATION

58 -- AFRL/DO Camera Array System as Virtual Tower for SkyVision Test Site

Notice Date
6/26/2025 7:50:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA2396 USAF AFMC AFRL PZL AFRL PZLE WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
COMBO-AFRL-PZLEQ-2025-0015
 
Response Due
7/28/2025 2:00:00 PM
 
Archive Date
08/12/2025
 
Point of Contact
Jason Sav
 
E-Mail Address
jason.sav@us.af.mil
(jason.sav@us.af.mil)
 
Description
GENERAL STATEMENT: This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein. SOLICITATION INFORMATION Solicitation Number: COMBO-AFRL-PZLEQ-2025-0015 [X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB) Site visits will be made available on: Tuesday July 15, 2025 @ 9:00am ET Wednesday July 16, 2025 @ 9:00am ET Thursday July 17, 2025 @ 9:00am ET Interested parties shall contact Bill Hack, william.hack.1@us.af.mil, for site visit coordination no later than Thursday July 10, 2025 @ 12:00pm ET to allow for coordination between the interested party and Government. REGULATION IDENTIFICATION: This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 Effective 17 Jan 2025 NOTICE OF SMALL BUSINESS SET-ASIDE: Set-aside Type: Not Applicable NAICS Size Standard: 334511 LISTING/DESCRIPTION OF ITEMS: CLIN #: 0001 QTY: 1 UNIT: Each DESCRIPTION: One (1) camera array system to cover terminal operation at low altitude in the immediate airport airspace. The system should enhance SkyVision Ground-Based Detect and Avoid (GBDAA) effectiveness and coverage by integrating a visual component supporting for transitioning aircraft operations to the radar coverage floor. The system expands the role of �electronic observer� that was validated with SkyVision in a radar environment to show how EO/IR sensors can replace the �visual observer�. The objective of this system is to perform terminal aircraft operations of an uncrewed aircraft supported by EO/IR technology. Requirements/Salient Characteristics: Provides 3-D positioning and 360 coverage High probability of detection, tracking continuity and target/track (ID, altitude, speed, heading, etc.) information for crewed airborne aircraft ADS-B capability installed and operational correlating flight track information with visual aircraft Detection range of approximately 4 miles Low failure rate Standard power requirements (110/220 VAC 50/60 Hz) Installation, integration (Integration means getting equipment installed and working and demonstrating the remote operation (Requirement 9) and that the data interface can be sent to another location (Requirement 10)., and training support required (Installation location slides attached). The installation, integration, and training support phases shall be proposed as individual tasks, options, or combined, but must be clearly addressed. Contractor�s preference on how they wish to cost these phases. Camera controls need to be operated remotely. Supports standard ASTERIX data interface to multiple locations. Environmental Protection for the system Training and maintenance plan options. The contractor will need to coordinate with Springfield-Beckley Airport on mounting and structural requirements for installing their equipment on the tower. This may require an engineering study of the acceptable loads on the tower itself. DELIVERY INFORMATION: FOB: [X] Destination [ ] Origin Place of Delivery: AFRL/DOM Richard Fox c/o William Hack 1323 W. Blee Road Springfield, Oh 45502 Requested Date of Delivery: As soon as possible. Include lead time/delivery date in response. INSTRUCTIONS TO OFFERORS: The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Addenda: N/A EVALUATION OF OFFERS: The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (Nov 2021), will be used to evaluate quotes received. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (1) Price (2) Technical Acceptability (a) In order for this quote to be considered �Technically Acceptable� it must meet all specification requirements in the Statement of Work. Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror�s proposal. The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it�s determined to be in the best interests of the Government. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2024), with your quote. If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote. If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted. CONTRACT TERMS & CONDITIONS: The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. Addenda: N/A REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services (Jan 2025), applies to this acquisition. The following clauses are incorporated via paragraph (a) and considered applicable to this acquisition: Clause Number Clause Title FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab Covered Entities FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim The following clauses are incorporated via paragraph (b) {add paragraph c for services} and considered applicable to this acquisition: Clause Number Clause Title FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government FAR 52.204-27 Prohibition on a ByteDance Covered Application FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (If contract is > $600,000 and offeror checked �has� in paragraph (b) of provision 52.209-7) FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 Small Business Subcontracting Plan FAR 52.219-16 Liquidated Damages � Subcontracting Plan FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.223-23 Sustainable Products and Services FAR 52.225-1 Buy American--Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities FAR 52.242-5 Payments to Small Business Subcontractors ADDITIONAL CONTRACT REQUIREMENTS: (1) Offeror shall include all warranty requirements and documentation with quote. (2) Offerors shall identify how long the quote is valid. Additional provisions and clauses applicable to this requirement: Clause or Provision Clause/Provision Number Clause/Provision Title Clause FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Provision FAR 52.204-7 System for Award Management Provision FAR 52.204-8 Annual Representations and Certifications Clause FAR 52.204-13 System for Award Management Maintenance Clause FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment Clause FAR 52.232-39 Unenforceability of Unauthorized Obligations Clause FAR 52.232-40 Providing Accelerated payments to Small Business Subcontractors Clause FAR 52.246-16 Responsibility for Supplies Clause FAR 52.247-34 F.O.B. Destination Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause FAR 52.252-2 Contract Clauses Incorporated by Reference (Fill-in Text) - https://www.acquisition.gov/ Clause DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Clause DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Provision DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Clause DFARS 252.204-7003 Control of Government Personnel Work Product Provision DFARS 252.204-7004, Alt A, System for Award Management Alternate A Provision DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls ***(Required if contract is not for a COTS item)*** Clause DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting ***(Required if contract is not for a COTS item)*** Provision DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)*** Clause DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements ***(Required if contract is not for a COTS item)*** Clause DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support Clause DFARS 252.223-7008 Prohibition of Hexavalent Chromium Clause DFARS 252.225-7001 Buy American and Balance of Payments Program Clause DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Clause DFARS 252.225-7048 Export-Controlled Items Clause DFARS 252.232-7003 Electronic Submission of Payment Requests Clause DFARS 252.232-7006 Wide Area Workflow Payment Instructions Clause DFARS 252.232-7010 Levies on Contract Payments Clause DFARS 252.225-7012 Preference for Certain Domestic Commodities Clause DFARS 252.243-7001 Pricing of Contract Modifications Clause DFARS 252.244-7000 Subcontracts for Commercial Items Clause AFFARS 5352.201-9101 Ombudsman (Fill-in Text) Ombudsman: AFRL/PK Director Alternate Ombudsman: AFRL/PK Deputy Director 1864 Fourth St Wright-Patterson AFB OH 45433-7130 937-904-9700 Afrl.pk.workflow@us.af.mil DPAS APPLICABILITY: This requirement is not applicable to the Defense Priorities and Allocations System (DPAS). SOLICITATION CLOSING INFORMATION: Quotes are due by: Monday 28 July 2025 @ 5:00 PM ET. Quotes must be received by the closing date stated above. Submit quotes by email. POINT OF CONTACT: The point of contact for this acquisition for any questions and for submission of quotes is: Name: Jason B. Sav Title: Contract Specialist Email: jason.sav@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3489fce95df641bca958b2ec38a5f1b6/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07489913-F 20250628/250626230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.