SOLICITATION NOTICE
59 -- OFF-LINE PROGRAMMING STATIONS AND SOFTWARE TO VALIDATE AND/OR DEVELOP TEST PROGRAMS FOR THE SP-24 NAVIGATION TERADYNE SPECTRUM 9100 SERIES NEXT GENERATION TEST (NGT) SYSTEM
- Notice Date
- 3/24/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016405R6520
- Response Due
- 4/6/2005
- Archive Date
- 5/6/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-05-R-6520 is hereby issued as a Request for Proposal (RFP). This requirement is being procured utilizing a brand name only purchase description. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20050222. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? Programming station & software to validate and/or develop test programs for the SP-24 Navigation Teradyne Spectrum 9100 Series Next Generation Test (NGT) system. Quantity required is 5-! each. The off-line programming stations shall include the following: Pentium based computer, flat panel display, and computer cart. The following software is required for developing NGT test programs: Teradyne Spectrum 9100 System Software, Teradyne Test Studio 5.0, Labview 7.0, Microsoft Visual C++ Studio.Net Pro, and Drivers Disk. The Pentium based computer has following minimum requirements: Graphics Card - NVIDIA NVS 280 64 PCI-E, Processor - 3.6GHz Pentium 4 1MB 800FSB w/EM64T, Hard Drive - 160GB SATA 150/7200rpm HDD, System Memory - 1GB (2X512) DDR533 ECC, Pointing Device - HP USB Optical Scroll Mouse, Removable Storage - HP 48x DVD/CDRW Combo, Floppy Disk - FLOPPY DISK DRIVE, Keyboard - Easy Access Keyboard PS2, and Operating System - Windows XP. The computer cart includes the following: Integrated power distribution system, AC line filtering, Surge suppression, Rack mount for the PC, and Pullout keyboard tray. (Teradyne part number?s MM-256.01, MM-290-00, M-! 993-10, M-993-31, M-993-33, & CU-705-87). CLIN 0002 ? Option I: Software support maintenance agreement to cover 2nd year of ownership. Offeror is to provide standard software support agreement and prices. CLIN 0003 ? Option II: Software support maintenance agreement to cover 3rd year of ownership. CLIN 0004 ? Option III: Software support maintenance agreement to cover 4th year of ownership. CLIN 0005 ? Option IV: Software support maintenance agreement to cover 5th year of ownership. Delivery of CLIN 0001 is required F.O.B. NSWC Crane within 60 days after award. Final inspection will be at NSWC Crane. Selection for award will be based on past performance and price. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm-fixed price contract with options and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full! coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-14 (DX); 52.211-15; 52.212-1; 52.212-3 Alt 1 [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4; 52-212-5 (incorporating 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (fax #812-854-3465); 52.242-15; 252.204-7004 Alt A; 252.212-7000; NOTE: This provision MUST be filled out completely and submitted with the offer. 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). Addendum to 52.212-4(g): The Contractor shall include, as a minimum, the following information on each invoice: ! (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked ?Original Invoice?; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A 125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, NSWC CRANE, 300 Hi! ghway 361, Crane IN 47522-5002. PAYMENT STATUS INQUIRIES-Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor If the payment is being made by DFAS-Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listed on the above web site. It is recommended that the vendor download the ?MOCAS VPIS Help Guide? and ?Reason and Remark Code Document?. You must then register by clicking on ?User Registration? under the subheading ?MOCAS Vendor Pay Inquiry System? before payment inquiries can be made. If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCAS System by cage code, contract number or DUNS number at the above listed web site. To determine which system to use see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract-Blk 12; SF 33 Award/Contract-Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items-Blk 18a; DD11! 55 Order for Supplies or Services-Blk 15. ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received, which are not marked in accordance with the above requirements, may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS-NSWC Crane allows flexible working hours for its employees. The normal eight hour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6! :30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to 812-854-3465 or e-mailed to peter.riegler@navy.mil. All required information must be received on or before 06 April 2005 @ 1400 Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conduc! ting a survey of our vendors. This survey may be found on the World Wide Web at: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
- Web Link
-
NSWC Crane's web address
(http://www.crane.navy.mil)
- Record
- SN00775766-W 20050326/050324212730 (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 |