Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2003 FBO #0702
SOLICITATION NOTICE

66 -- Commercial ADCP Buoys

Notice Date
10/28/2003
 
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
N00173-04-R-SE01
 
Response Due
11/17/2003
 
Archive Date
10/28/2004
 
Point of Contact
Eric Sogard, Contract Specialist, Phone 228-688-5980, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE PROCUREMENT FOR ADCP BUOYS. The Naval Research Laboratory intends to award on a sole source basis a contract for eight ADCP Buoys with frame, flasher and beacon with Flotation Technologies under authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, the Government will consider all quotes received on or before 4:00 P.M. local time, 17 NOV 2003. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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, N00173-04-R-SE01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-17 and DFARS Change Notice 20031010. The associated NAICS code is 339999 and the small business size standard is 500 employees. The requirement is for eight 45? ADCP Buoys with frame, flasher and beacon. CLIN 0001 45? Long Range ADCP Buoy, 8 each. The ADCP Buoy shall be made from the highest strength syntactic foam specifically formulated for the maximum operating depth of 1500 meters for a time period of up to two years with minimum 785lb buoyancy. The environment in which the buoys will be deployed is heavily fished and thus the system must be able to withstand hazardous conditions. Buoys shall have a central instrument well to accommodate an RD Instruments 75 kHz Long Ranger ADCP. Each buoy shall be supplied with a high-chrometer, polyurethane elastomer coating to protect the inner syntactic foam core from chipping and abrasion. The buoy construction shall allow for low drag and access to the pressure case end cap without having to remove the Long Ranger ADCP. Mooring and handling frames used to secure the ADCP to the buoys are to be constructed from Type 316 Stainless Steel or equivalent and are to be fitted to the individual buoys prior to shipment. Buoys shall include instrument pockets for a flasher and beacon that shall be compatible with a Government owned Novatech Directional Finding Receiver. The Government prefers the color be international orange. CLIN 0002 Integral Mooring and Handling Frame, 8 each. Each frame shall be fitted to the individual buoys to insure mooring integrity. CLIN 0003 Flasher, 8 each, Flasher shall have an adjustable range of 2 to 4 nautical miles and depth rating of at least 6000 meters. Shall be capable of 180 continuous hours of operation. The flasher shall be embedded in pockets of the buoy for protection and low drag. These pockets shall be factory built in the buoy to maintain buoy specifications and compatibility with measurements. CLIN 0004 Radio Beacon, 8 each, Radio beacons shall have transmitter power of 100 MW R.F. output with transmitter output signal pulsed at 1 kHz FM. Depth rating shall be at least 6000 meters. To be compatible with existing Government equipment, shall operate at frequencies of 154.585, 159.480, 160.725 and 160.785 mHz. Battery life shall be a minimum of 8 days at 4 degrees C. The radio beacon shall be embedded in pockets of the buoy for protection and low drag. These pockets shall be factory built in the buoy to maintain buoy specifications and compatibility with measurements. Delivery and acceptance is at Naval Research Laboratory ? SSC, Code 7330 Bldg. 1009, RM A108, Stennis Space Center, MS 39529-5004, POC B. Head, 228-688-5270, FOB Destination. Delivery shall be no later than 90 days from date of award. 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. 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: The specific evaluation criteria to be included in paragraph (a) of that provision are (i) technical capability of the item offered to meet the Government?s requirement based on examination of product literature or technical approach narrative. (ii) past performance and (iii) price. Technical and past performance, when combined, is of greater importance than price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and 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 clauses cited within this clause are applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 252.225-7012, 252.243-7002, 252.247-7023, 252.247-7024. The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract 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. 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 two (2) copies of the offeror?s proposal shall be received on or before 4:00 P.M. local time, 17 NOV 2003 at the Naval Research Laboratory-SSC, Attn: Contracting Officer, Bldg 1007, RM 46, Stennis Space Center, MS 39529-5004. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm Note 1 applies.
 
Place of Performance
Address: CONTRACTOR FACILITY
 
Record
SN00461063-W 20031030/031028213412 (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.