Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

59 -- Pedestal Tracking Mount

Notice Date
4/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-02-R-RS03
 
Response Due
5/19/2002
 
Point of Contact
Richard Sewell, Contract Specialist, Phone 228-688-4571, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-02-R-RS03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-03. The associated NAICS code is 334511 and small business size standard is 750 employees. NRL has a requirement for a track mount with associated control electronics. The required track mount shall comply with the specifications listed below. The required track mount head shall be capable of handling a balanced payload (approximately 15 pounds) mounted on the centerline of both the azimuth and elevation axes. The control electronics associated with the required track mount shall (a) be capable of both selectable position and selectable rate feedback; and (b) have the capability of being driven by both digital and analog signals, at the operator?s discretion. The Offeror shall also propose, AS AN OPTION, a visible video camera with associated electronics and resident software for containment in the track mount that allows it to drive the track mount and track a target. The required track mount shall meet the following minimum specifications: (a) Maximum Payload Weight: 15 pounds; (b) Maximum Angular Velocity (Azimuth & Elevation): >60 degrees/ sec; (c) Minimum Angular Velocity (Azimuth & Elevation): .1degrees/sec; (d) Maximum Angular Acceleration (Azimuth & Elevation): >500 degrees/sec/sec; (e) Position Jitter: < 50 microradians; (f) Position Accuracy: <100 microradians; (g) Azimuth Axis Travel: 180 degrees total; (h) Elevation Travel: 75 degrees total; (i) Position Repeatability: < 170 microradians; (j) Tracking Accuracy: < 50 microradians; (k) Angular Resolution: < 30 microradians. The required track head shall not exceed 75 pounds in weight. The required track head shall not exceed 24 inches in height (not including pedestal). The required track mount shall have environmentally sealed head and motors. Operating temperature for the required track mount shall be at least within the range from ?10 degrees C to 60 degrees C. The Offeror shall also provide operating manuals and mechanical and electrical schematics for the required track mount system. The required track mount system shall be a fully functional, fully operational, fully integrateable system. For the purpose of this solicitation, a fully functional, fully operational, fully integrateable system is defined as a family of sub-elements (materials, parts, assemblies and sub-assemblies, components and subcomponents, hardware, software, firmware, etc.,) which, when assembled, form an integrated complex whole that is structures so that its constituent parts perform in a functionally and operationally compatible manner. Delivery and acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 30 December 2002. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) Technical capability of the item offered to meet the Government?s minimum needs based on examination of product literature or technical approach narrative; (2) Past Performance [see FAR 52.212-1(b)(10)]; and (3) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The Offeror must complete and submit with its proposal, FAR 52,213-3 Offeror Representations and Certifications?Commercial Items, and DFARS 252.212-7000 Offeror Representations and Certifications?Commercial Items, both of which are available electronically at: Http://heron.nrl.navy.mil/contracts/reps&certs.htm 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 additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3, Convict Labor, 52.233-3 Protest After Award, 52.203-6, Restrictions on Subcontractor Sales to the Government (with Alternate I), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: DFARS 252.205-7000, DFARS 252.206-7000, DFARS 252.225-7001, DFARS 252.225-7012, DFARS 252.227-7015, DFARS 252.227-7037, DFARS252.243-7002, DFARS 252.247-7023. The following additional FAR clauses apply: 52.203-8; 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Proposal Preparation Instructions: The Offeror shall clearly demonstrate how the proposed products meet the requirements set forth herein, and shall also provide a minimum of three (3) references to which the same or similar products have been delivered within the last two (2) years. References shall include the product/services delivered, contract number, date of contract, contracting office point of contact, technical office point of contact, current telephone and fax number for both and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in the Offeror?s proposal. It is anticipated that the award will be made without discussions, therefore, each Offeror is encouraged to submit their best terms with their proposal. Failure to submit the information set forth herein for evaluation may render the offer non-responsive. Each Offeror is also encouraged to provide supplemental documentation to support the realism and reasonableness of their proposed cost/price Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and copies of the offeror?s proposal shall be received on or before 4:00 P.M. local time, at the Naval Research Laboratory, Attn: Richard Sewell, Bldg. 1007, Room 45, Stennis Space Center, MS 39529-5004. The package shall be marked with the solicitation number, due date and time. All responsible sources responding to this solicitation will be considered. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 11-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/ONR/Code3235/N00173-02-R-RS03/listing.html)
 
Record
SN00164162-F 20020913/020911221517 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.