Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

59 -- Crystal Controlled Oscillator

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, White Sands Missile Range - DABK39, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
DABK39-W81C3932322301A
 
Response Due
9/24/2003
 
Archive Date
11/23/2003
 
Point of Contact
Norma M. Martinez, 505 678-3481
 
E-Mail Address
ACA, White Sands Missile Range - DABK39
(martineznm@wsmr.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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; proposals a re being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposals. We have a requirement for Crystal Controlled Oscillators for portable and airborne applications with a very rapid warm-up time and low power consumption. The Oscillators must meet the requirements of Rockwell International Corp., drawing 277-0599 Rev. M and 277-0672 Rev. J. Information is requested on oscillators part number 277-0599-010 with and without nuclear hardness (oscil lator level) and radiation hardness (component level). The nuclear radiation requirements are found in Para. 3.3.5 and 3.3.6 of each drawing. Nuclear requirements are not required on part number 277-0672-010 and should not be priced. CDRL items required are (a) a final report of the qualification testing with data. (b) A copy of the final production acceptance test data will be required with each unit shipped. The drawings are available on our web site at http://www.wsmr.army.mil/docpage/pages/sol_stat. htm. Bidders have the option of designing and furnishing a repairable unit but this is not mandatory. This is a 100% Set-Aside for Small Business. The North American Industrial Classifications System Code is 334419 with a small business size standard of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 dated 24 Jul 03. A requirements contract will be awarded as a result of this synopsis. The period of perfo rmance is date of award through five years. After award of the contract 5 units of each part number may be qualified by similarity for mechanical and environmental testing. Part Number 277-0599-010 will be tested at Robins Air Force Base, Warner Robins, G eorgia and Part Number 277-0672-010 will be tested at Tobyhanna Army Depot, Tobyhanna, Pennsylvania. Government representatives at a Government facility with contractor witness shall perform final qualification acceptance application testing. This testin g will consist of physically installing the qualification unit into a known good GPS receiver and conducting electrical tests per the depot requirements. Testing to be conducted in two days, schedule to be determined by the Government facility. Contracto r will be given a minimum of one-week notice prior to actual test date. If the units fail the qualification acceptance application testing the contract will be terminated at no additional cost to the Government and an award may be made to the next best qu alified contractor. Estimated quantities of 500 units for part number 277-0599-010 with or without nuclear hardness and 500 units for part number 277-0672-010 over the five-year period with as estimated quantity of 100 units per year. Please provide pric ing for the following Year 1 CLIN 0001 Pricing for Qualifications testing, 5 units of each part number shall be used for qualification testing. CLIN 0002 Part Number 277-0599-010, pricing for quantities of 50 and 100 units per order. CLIN 0003 Part Number 277-0599-010 with nuclear hardness (oscillator level) and radiation hardness (component level), pricing for quantities of 50 and 100 units per order. CLIN 0004 Part Number 277-0672-010, pricing for quantities of 50 and 100 units per order. Year 2 CLIN 0005 Part Number 277-0599-010, pricing for quantities of 50 and 100 units per order. CLIN 0006 Part Number 277-0599-010 with nuclear hardness (os cillator level) and radiation hardness (component level), pricing for quantities of 50 and 100 units per order. CLIN 0007 Part Number 277-0672-010, pricing for quantities of 50 and 100 units per order. Year 3 CLIN 0008 Part Number 277-0599-010, pricing fo r quantities of 50 and 100 units per order. CLIN 0009 Part Number 277-0599-010 with nuclear hardness (oscillator level) and radiation hardness (component level), pricing for quantities of 50 and 100 units per order. CLIN 0010 Part Number 277-0672-010, pricing for quant ities of 50 and 100 units per order. Year 4 CLIN 0011 Part Number 277-0599-010, pricing for quantities of 50 and 100 units per order. CLIN 0012 Part Number 277-0599-010 with nuclear hardness (oscillator level) and radiation hardness (component level), pri cing for quantities of 50 and 100 units per order. CLIN 0013 Part Number 277-0672-010, pricing for quantities of 50 and 100 units per order. Year 5 CLIN 0014 Part Number 277-0599-010, pricing for quantities of 50 and 100 units per order. CLIN 0015 Part Nu mber 277-0599-010 with nuclear hardness (oscillator level) and radiation hardness (component level), pricing for quantities of 50 and 100 units per order. CLIN 0016 Part Number 277-0672-010, pricing for quantities of 50 and 100 units per order. The minimu m order quantity is 0 and maximum order quantity is 100 units per year. We will select the best-qualified sources as a result of this synopsis in accordance with the listed evaluation factors: 1. Technical Merit is considered by far the most important eva luation factor for this acquisition. Contractor must provide their experience and technical capabilities in manufacturing of Crystal Control Oscillators. Contractor must be in compliance with all of the technical criteria specified in each drawing, 277-0 599 and 277-0672. 2. Price and delivery schedule is the second most important evaluation factor for this acquisition. Provide price and delivery schedule for each of the afore listed CLINs. 3. The third and least important evaluation factor is past perf ormance. Contractors must provide at least two previous customers that they did similar work for. A site visit will be conducted on those selected as best qualified based on the listed evaluation factors. The site visit criteria are as follows: 1. Adeq uate Facilities. 2. Up-to-date tests and manufacturing equipment. 3. Adequate experienced personnel. 4. Quality control system (ISO 9000 desired but not mandatory). 5. Experience in manufacturing similar or like units. From the Federal Acquisition Reg ulation (FAR), the following provisions and clauses are applicable to this solicitation: FAR 212-1, FAR 52,212-2, FAR 52,212-3, FAR 52,212-4, FAR 52,212-5, FAR 52,222-231, FAR 52,222-26, FAR 52,222-35, FAR 52,232-33, FAR 52,222-36, FAR 52,222-37, FAR 52,2 25-13, FAR 52,232-36,52,216-19, FAR 52.216-21. Offerors are advised to included a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of these clauses may be found at http://farsite.hill.af. mil/VFDRARA.HTM. A form for submitting your proposal may be found on our web page, http://www.wsmr.army.mil/docpage/docpage.htm. All responses to this synopsis shall be submitted electronically to martineznm@wsmr.army.mil no later than 2:00 pm MDT on 24 Sept 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK39/DABK39-W81C3932322301A/listing.html)
 
Place of Performance
Address: ACA, White Sands Missile Range - DABK39 Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN00424344-F 20030905/030903213840 (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.