Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
MODIFICATION

66 -- Other Measuring & Controlling Device

Notice Date
8/11/2005
 
Notice Type
Modification
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017805R1051
 
Response Due
8/15/2005
 
Archive Date
11/12/2005
 
Point of Contact
XDS11C 540-653-7478 Fax Number 540-653-7088
 
E-Mail Address
Email your questions to XDS11C is the POC for N00178-05-R-1051
(XDS11@NSWC.NAVY.MIL)
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. This constitutes amendment 0001 to N00178-05-R-1051 to extend closing date to 15 August 2005 2 p.m. EST and replace description listed in the Synopsis/Solicitation and insert the following. 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 are being requested and a written solicitation will not be iss! ued. This requirement is 100% set-aside for qualified Small Businesses. Any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer. The Naval Surface Warfare Center Dahlgren Division intends to purchase CLIN 0001, a 3 D Laser Scanner that meets the following specifications: [a] possess ability to measure surface profiles on external and internal surfaces as rapidly and accurately as conventional CMM (coordinate measuring machine). [b] provide a high degree of system precision (+/- .002 inch, or less); with easy initial calibration; [c] be a portable and self-contained system, compensating for typical manufacturing environments, requiring common commercial power (e.g. 110 volt AC, 60 Hz); [d] create solid model files of component parts for subsequent purposes of (1) Inspection, graphical and digital comparison with a perfect-form CAD image, (2) Rapid Prototyping, (3) Reverse Engineering; [e] Include necessary software; single package preferred for all functions. PC hardware is not required; [f] incorporate a hard-contact probe with the potential for simultaneous use with laser; [g] include initial inst! allation, operator training in relevant areas of uses, mentioned above; [h] provide options for follow-on customer support, warranty repair, maintenance and upgrade as necessary; [i] accommodate physical sizes of 24 X 12 X 12 inches, or greater; [j] delivery required NLT 30 Sep 2005 (preferable by 16 Sep). Items[g] and [h] may occur thereafter. This acquisition will occur via a Firm Fixed Price contract. All items shall be delivered and accepted FOB-Destination to NSWCDD; Code G33; 17320 Dahlgren Road, Dahlgren, VA 22448-5100 between the hours of 7:00 a.m. and 2:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays. The solicitation number is N00178-05-R-1051 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-05 (27 Jul 05). The NAICS Code associated with this procurement is 334519 and the size standard relating to this NAICS ! Code is 500 employees. All offerors must include a completed copy of FAR 52.212-3 Offeror Representations and Certifications/Commercial Items, and DFAR 252-212-7000 Offer Representations and Certifications with their quotes. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors/Commercial Items, FAR 52.212-4 Contract Terms and Conditions/Commercial Items, and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders/Commercial Items, subparagraphs (a) (b)(1), (b)(13-19), (b)(29), (d), and (e) apply to this solicitation and are hereby incorporated by reference. Finally DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraphs (a), the following provisions of subparagraph (b) 252.225-7012, 252.227-7015, 252-227-7037, 252.243-7002, 25! 2.247-7023k 252.247-7024, and (c), and DFARS 252.204-7004, Alternate A, and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country also apply to this acquisition. This procurement is DO priority rated. All quotes shall include the following information to enable the Government to make its award determination: a technical description of the items being offered in sufficient detail to evaluate compliance with the specifications listed above. This may include product literature, data sheets, and/or other documents, if necessary. PAST PERFORMANCE - Each offeror shall provide points of contact of the last two sales for which they have provided the same or similar equipment. The references provided shall be in the following format: 1. Reference Organizational Name; 2. Point of Contact Contracting and Technical; 3. Point of Contact Address and Phone Numbers; 4. Type of Contract; 5. Dollar Value of Contract; and 6. Performance Period. Ea! ch point of contact will be asked to rate the quality of the product, timeliness of delivery and customer service. PRICE PROPOSAL - The Price Proposal shall reflect the following information as a minimum: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained. (2) is published or otherwise available for inspection by customers. (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the prices listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar q! uantities under comparable conditions. (e) The offeror is requested to submit the following pricing information on the three most recent sales of the items being procured or similar items: date of sale; quantity; unit price; customer contract no.; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. EVALUATION - The provision at 52.212-2, Evaluation- Commercial items, is applicable and the following evaluation criteria is to be included in paragraph (a). The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement. Each offeror will be evaluated based on the degree to which the proposed product meets the requirements as demonstrated in the written technical proposal and the on-site demonstration. D! uring the on-site demonstration the offeror will be evaluated on set-up time; operator ergonomics; creation of solid model files of component parts provided by NSWC and the Offeror?s own parts to demonstrate specification d(1), (2) and (3) above. On-site demonstration ? Within three days of the solicitation closing, each offeror will be notified of the date, time and location at NSWC of their presentation. Past performance - Offerors will be evaluated on quality of product; timeliness of delivery; and customer service. Price is not scored and is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. Mandatory Requirement ? Delivery shall be made before 30 Sep 05. Technical capability is the most highl! y rated factor and is significantly more important that past performance. The closing date for receipt of quotes is 2:00 p.m. (Eastern time) 15 August 2005. Electronic quotes are encouraged at XDS11@nswc.navy.mil, but quotes may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division; Attn: Code XDS11D Building 183, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. The Naval Surface Warfare Center, Dahlgren Division has implemented Electronic Commerce (EC) in the acquisition area; therefore the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at Dhttp://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments. DoD will no longer award to Contractors not registered in the Central Contractors Registration (CCR) database. Any questions can be forward to fax number (54! 0)653-7088, Attention Code XDS11D; email address is xds11@nswc.navy.mil, or telephone (540)653-7478, reference number N00178-05-R-1051.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00868561-W 20050813/050811212754 (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.