Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2006 FBO #1670
SOLICITATION NOTICE

54 -- DDX TFN Wash-down and Fire Test Article

Notice Date
6/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893606T0128
 
Response Due
6/27/2006
 
Archive Date
8/27/2006
 
Description
The Naval Air Warfare Center Weapons Division, China Lake, CA is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number N68936-06-T-0128 is issued as a Request for Quote (RFQ). All responsible sources may submit a quotation, which shall be considered by the agency. The Naval Air Warfare Center Weapons Division China Lake CA intends to procure on a full and open competition basis one (1) large target in the shape of a trapezoidal wall. The Navy is testing a new fire fighting and countermeasures washdown concept for ships. Testing is to occur as soon as possible, and begin no later than September 21st, 2006, at the Naval Air Warfare Center Weapons Division at China Lake. The Navy will acquire a fire test article that consists of a large target in the shape of a trapezoidal wall. The wall will be mounted on a rail at NAWCWD's Supersonic Naval Ordnance Research Track (SNORT). The Navy requires the wall to be lightweight and rigid. It should be a space-frame structure clad with a ribbed sheet-metal sheath. It is anticipated that the structural elements will be fabricated off-site, with final assembly/erection occurring onsite. The wall will be canted 20 degrees from vertical and supported from behind by structural pipe. The wall will be mounted on the eastern track at SNORT and a suitable mass will be available to mount the pipe supports to prevent wind tipping the wall over. The structure will be designed to stand in a 60 knot wind. In addition to the mass for attachment to the structural support pipes behind the wall, the wall will also be secured with guy wires (1/2" steel rope and turnbuckles). To support testing, a 3/8" plywood sheath will be attached to the wall by the Navy prior to being erected. The wall will be painted by the Navy, and an environmental coating (clear polyethylene sheet) will be used by the Navy to cover the wall. Ten one-square-foot holes will be cut in the wall by the Navy as water collection ports. The location of these ports will be determined by the Navy. The wall will stand sixty feet tall from base to top when canted over at 20 degrees. The length of the base of the wall must be 70 feet. The length of the top of the wall must be 23 feet and 4 inches. The angle between the bottom of the wall and its sides will be 69 degrees. The trapezoidal sides of the wall should then be 64 feet long. The wall will have water sprayed at it, which will be collected via the water ports and measured. Testing will occur under 5 to 20 knot wind. Additional testing will require the Navy to cut a hole in the wall approximately 10 feet from the bottom of the wall. The hole will be ellipsoidal in shape, 5 feet long and 2 feet high. Wall may require a crane for erection. NAWCWD China Lake requires all crane work to be done with a certified crane. Several companies provide certified cranes for on-center work. Offerors may wish to contact one of them for its crane needs. Examples of companies with NAWCWD China Lake certified cranes are T & T Crane (661-393-0795), Bragg (800-892-7263), and Turner Crane (661-399-9377). Awardee shall require access to NAWCWD China Lake's north range. This requires workers with U.S. citizenship. Awardee will provide analysis of expected loads under nominal wind conditions (60 knots) four weeks prior to arrival at NAWCWD China Lake to begin wall construction. Engineering drawings and "as-builts" are due at project completion. The provision FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2005) applies to this acquisition and there are no addenda to the provision. FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Award shall be based on the following evaluation criteria: technical description and preliminary drawings of the item being offered in sufficient detail to evaluate compliance with the requirements in this solicitation; timeline for completion wherein reduced delivery time is desired, however the Government will not pay a premium for expedience; past performance, and price. Technical, delivery timeline and past performance factors, when combined, are significantly more important than cost or price. Offeror must include a completed copy of the provisions at FAR 52.212-3 (Alt I), Offeror Representations and Certifications ? Commercial Items (Jun 2003) and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov/. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003) applies to this acquisition and there are no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2004) and DFARS Clause 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Jun 2004); 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-14 -- Limitations on Subcontracting; 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Feb 1999); 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 (Jun 1998); 52.222-37 Employment Reports on Special Disabled V eterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (May 1999); 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Jul 1995); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Sep 2002); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim; 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 52.253-1 Computer Generated Forms; DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions - Commercial Items (Nov 2001); 252.204-7004 Required Central Contractor Registration (52.204-7)(Oct 2003); 252.204-7006 Billing Instructions; 252.211-7003 Item Identification and Valuation; 252.225-7000 Buy American Act And Balance of Payments Program Certificate (Apr 2003); 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings - Alt 1 (May 2004); 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material Inspection and Receiving Report; NAVAIR Clause 5252.232-9511 Notice of Requirements for Prompt Payment (NAVAIR) (Mar 2006); 5252.232-9513 Invoicing Instructions and Payment (WAWF Instructions) (Mar 2006); 5252.246-9526 Provisional Acceptance Under Special Conditions (NAVAIR) (Oct 2005). The so licitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. The NAICS code is 332312 and size standard is 500 employees for this procurement. The resulting purchase order/contract will be Firm-Fixed Price. Payment to be made by Wide Area Work Flow (WAWF). Inspection and Acceptance shall be at Destination. Delivery shall be FOB Destination in accordance with FAR Clause 52.247-34. Ship to Lyle Stanley or Eric Wilson, 1 Administration Circle, China Lake, CA 93555-6100. Time of Delivery shall be in accordance with the offeror's proposed best delivery rate, but no later than 19 September 2006. Respondents shall submit their quote to Stephanie Toftner by mail to Commander, Code 220000D, Attn: Stephanie Toftner, 429 E. Bowen Road Stop 4015, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6108; by fax to (760) 939-8329; or by electronic mail to stephanie.toftner@navy.mil no later than 3:00 p.m., PDT Tuesday, 27 June 2006. In your quotation, please include your firm's Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code. The anticipated award date is 30 June 2006. See Numbered Note 1. NAICS Code = 332312 Place of Performance = N/A Set Aside = 100% Small Business
 
Record
SN01074885-W 20060623/060621221245 (fbodaily.com)
 
Source
FedBizOpps 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.