Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2007 FBO #1980
SOLICITATION NOTICE

66 -- High Frequency ACOMMS Source Receiver Array System

Notice Date
4/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-07-R-SE06
 
Response Due
5/31/2007
 
Archive Date
5/31/2008
 
Description
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, N00173-07-R-SE06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-16 and DFARS Change Notice 20070327. The Naval Research Laboratory is seeking proposals for a High Frequency ACOMMS Source Receiver Array (ASRA) System that does not exceed $404,000.00 including the following: CLIN 0001: High Frequency ACOMMS Source Receiver Array System CLIN 0002: Data in accordance with Attachment (1) and the following Optional items: CLIN 0003: Transducer Array Components, CLIN 0004 Surface Buoy, CLIN 0005 Application Software for Remote ASRA Operation, CLIN 0006: Additional ASRA Array, CLIN 0007: Additional ASRA Surface Buoy and CLIN 0008: Additional Surface Buoy Battery Pack. The complete technical performance specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/rfp/07se06.htm Acceptance Testing shall be at the offeror's manufacturing facility and Delivery is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 9 months 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: (1) Technical capability of the items offered to meet the Government requirements as detailed in the Technical Performance Specifications, including documentation and test plan (2) Past Performance and (3) Price. The factors listed 1-3 above, reflect the order of importance. Technical and Past Performance when combined are more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Award will be based on best value to the government and alternative proposals are encouraged. 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/repsandcerts.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, 52.219-4, 52.219-6, 52.219-8, 52.219-14, 52.219-25, 52.219-26, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-9, 52.225-3, 52.225-5, 52.225-13, 52.232-33, 52.247-64. 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: 52.203-3, 252.225-7012, 252.225-7021, 252.225.7036, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A.. 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 concerning the RFP no later than 5 business days before the response date of this solicitation. An original and three (3) copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. 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 See Numbered Note(s): n/a.
 
Record
SN01283221-W 20070429/070427221837 (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.