Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2003 FBO #0683
MODIFICATION

K -- Autoclave Electronic Control System Upgrade

Notice Date
10/9/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, JACKSONVILLE NAVAL AVIATION DEPOT, 6206 Avaiation Avenue, Jacksonville, FL, 32212
 
ZIP Code
32212
 
Solicitation Number
Reference-Number-N65886-03-PR-3A059
 
Response Due
11/10/2003
 
Archive Date
11/25/2003
 
Point of Contact
Jennifer Reeder, Contract Specialist, Phone (904) 317-1987, Fax (904) 317-1991,
 
E-Mail Address
ReederJL2@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
****************MODIFICATION FOR SECOND PART****************** Due to the critical importance of the Autoclave Electronic Control System (AECS) to Depot operations, only contractors with strong past performance in state of the art computer hardware and software upgrade capabilities should respond. In addition, this requirement is time sensitive and all proposals should emphasize the ability of the contractor to rapidly design, manufacture, install, and acceptance test the upgrades within the shortest timeframe possible, thereby minimizing the potential for the NADEP to experience work stoppage due to downtime. The contractor shall deliver to: UIC N65886, Naval Air Depot, Building 101, Code 62338, Naval Air Station, Jacksonville, FL 32212-0016. Inspection and acceptance shall be at destination, FOB destination. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In making its award determination, the Government will first determine whether an offeror's proposal satisfies the Government's technical requirements as contained in this RFP. If an offeror's proposal is determined to be technically unacceptable, the proposal will be rejected and not considered for award. Once the technical acceptability determinations are completed, all offerors' proposals with an upgrade program determined to meet the Government's technical requirements will be evaluated considering the following factors, listed in descending order of importance: Time of Delivery/Installation/Acceptance Testing/Warranty Past Performance Price Time of Delivery/Installation/Acceptance Testing/Warranty and Past Performance, when combined, are significantly more important than Price. Furthermore, time is of the essence and Time of Delivery/Installation/Acceptance Testing/Warranty, individually, is more important than either Past Performance or Price. Delivery, installation and acceptance testing of the AECS upgrade are critical to ensuring continued production capability at the NADEP. As such, proposals that contain an accelerated delivery schedule will receive a more favorable evaluation under the Time of Delivery/Installation/Acceptance Testing/Warranty factor. For the Past Performance factor, the offeror shall describe its past performance on similar or related contracts it has held within the last five (5) years which are similar to the requirements in this RFP or affirmatively state that it possesses no relevant related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of this RFP. The offeror should provide the following information regarding its past performance: 1. Contract Number(s), 2. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed, 3. Dollar value of the contract, 4. Detailed description of the work performed, 5. Names of subcontractor(s) used, if any, and a description of the extent of work performed by the subcontractor, and 6. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. If an offeror's proposal is determined to be unacceptable in either the Time of Delivery/Installation/Acceptance Testing/Warranty factor or the Past Performance factor, the proposal will be rejected and not considered for award. The Government reserves the right to award the contract to other than the lowest priced offeror. The following FAR clauses are incorporated by reference and apply to this acquisition: 52.212-1, Instructions to Offerors- Commercial Items (Oct 2000); 52.212-4, Contract Terms and Conditions - Commercial Items (Feb. 2002); 52.233-3, Protest After Award (Aug 1996); and 52.244-6, Subcontracts for Commercial Items (May 2002). The offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2002), with its proposal. FAR 52.211-11, Liquidated Damages ? Supplies, Services, or Research and Development (Sept 2000), is incorporated by reference and applies to this acquisition and the applicable amount of liquidated damages in paragraph (a) to be paid to the Government per calendar day of delay is two hundred dollars ($200.00). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2002), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept. 2002); 52.222-21, Prohibition of Segregated Facilities (Feb. 1999); 52.222-26, Equal Opportunity (April 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec. 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec. 2001); 52.225-13, Restrictions on Certain Foreign Purchases (July 2000); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); and 52.247-64, Preference for Privately Owned U.S.- Flag Commercial Vessels (June 2000). FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997), is incorporated by reference, however, paragraph (d) is changed with respect to the fact that Material Safety Data Sheets may be submitted at any time up to delivery of the Technical Manuals and need not be submitted prior to contract award. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec. 2002), is incorporated, however, for paragraph (a) only the following clauses apply to this acquisition: 252.225-7012, Preference for Certain Domestic Commodities (Apr. 2002); and 252.225-7036, Buy American Act ? North American Free Trade Agreement Implementation Act ? Balance of Payments Program (Mar 1998). DFARS 252.204-7004, Required Central Contractor Registration (Nov. 2001) is incorporated by reference and applies to this acquisition. Proposals shall be submitted on 8 ? x 11 inch paper with printing on one side only. The proposal should be printed in type size no smaller than 12 point, no reduction permitted. Text should be single-spaced with margins at one inch (right, left, top, and bottom). One proposal and three copies shall be received at the below address by hardcopy no later than the closing date. Proposals are due by 4:00 PM EST, November 10, 2003 to Naval Air Depot Jacksonville, Contracts Management Office (Code 6.1.7), Naval Air Station, Jacksonville, FL 32212-0016, ATTN: Jennifer Reeder.
 
Place of Performance
Address: NAVAL AIR DEPOT, BLDG 101 CODE 62338, NAVAL AIR STATION, JACKSONVILLE, FL 32212-0016
 
Record
SN00450605-W 20031011/031009213317 (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.