SOLICITATION NOTICE
58 -- Bridgemaster E Radar Systems
- Notice Date
- 3/6/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE XPS2 110 Vernon Ave Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N6133108T5502
- Response Due
- 3/20/2008
- Archive Date
- 4/19/2008
- Point of Contact
- Nicole Anderson 850-235-5386 , or Contracting Officer Mark Ross at 850-235-5624
- 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 Naval Surface Warfare Center Panama City (NSWC PC). This is a combined synopsis/solicitation for a commercial item 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 and a written solicitation will not be issued. This is a Request for Quotation (RFQ), solicitation number N61331-06-T-5502. The Naval Surface Warfare Center Panama City (NSWC PC) intends to purchase from Northrop Grumman Systems Corporation d/b/a Sperry Marine of 1070 Seminole Trail, Charlottesville, VA 22901, on a sole source basis, the following items: CLIN 0001 ? One (1) each ruggidized (modified commercial) Bridgemaster E radars (consisting of the Antenna Array (4') Part Number 65604/A/X; Electronics Unit Part Number 65800RAVC with firmware version M5.07 (alternate P/N 65800ZARR?Electronics Unit); and the Turning Unit Part Number 65825LAR/X. CLIN 0002 ? Eight (8) each Two-Node System License (MMS, PSC). CLIN 0003 ? Manuals normally provided with the radars (Bridgemaster E Radar Ancilliary Units and Radar Systems manual, technical manual, and user?s guides) ? Not Separately Priced. This purchase is not suitable for full and open competition for the following reasons: (1) The U.S. Navy has conducted a qualification program for manufacturers of radar systems for the Landing Craft Air Cushion (LCAC), and has determined that it is necessary to purchase the same radars for the non-service life extension program (SLEP) craft as the SLEP craft. This qualification program involved extensive testing to ensure 100 percent compatibility with the LCAC navigation systems; (2) Currently, the Bridgemaster E radar system, manufactured by Sperry Marine, has been installed on all completed SLEP LCACs, and has been on installed on some of the non-SLEP (pre LCAC-61) LCACs; (3) This radar system, as previously installed, is integrated into the SLEP navigation hardware and software that will form the basis for the NDI replacement gear; (4) Any other radar system would require extensive re-development and testing costs that could not be recovered through competition. It is essential that the radars on the non-SLEP LCACs be identical to the SLEP LCAC radar systems to ensure the logistics chain established for the SLEP LCACs can be reused. Sperry Marine, as the Original Equipment Manufacture (OEM), is the only known source for this equipment. Sources interested in qualifying for future requirements may contact Edwin Binczewski at (202) 781-0447and/or email address edwin.binczewski@navy.mil. Delivery will be F.O.B. Destination eighteen (18) weeks after award: to the following location NSWC Panama City, FL Receiving Office, 110 Vernon Ave., Panama City, FL 32407. NAICS Code is 334511, FSC 5840, and the Small Business Size Standard is 1,000 employees. The order will be a firm fixed price order. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions of Offerors - Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to nicole.a.anderson1@navy.mil, no later than 5:00pm (CST) March 20, 2008. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror's name, address, point of contact, phone and fax numbers, e-mail address; (3) offeror's DUN's number, CAGE code and TIN number; (4) documentation that shows the offeror's current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror ineligible for award; (5) a copy of the complete commercial warranty provisions a nd terms; (6) offered delivery time; (7) completed copies of FAR 52.212-3 and DFARS 252.212-7000; (8) past performance data of the last three sales for the same or similar item. For each reference include: contract number, dollar value, date of sell, organizational name, point of contact, address, phone number and email; (9) the price proposal should include: (a) a copy of the current catalog or established price list for the items 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; and (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such items are commercial items sold in substantial quantities to the general public, at the prices list in the above mentioned catalog or established price list; (d) a statement that the quoted prices, includi ng consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2004) applies to this requisition. The following clauses are applicable: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33, and 52.247-34. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are applic able: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation System (DPAS) rating is a DO-A7. Electronic quotes are encouraged. The closing date for receipt of quotations is no later than 5:00pm (CST) March 20, 2008. POINT OF CONTACT Code XPS2/Nicole Anderson, 110 Vernon Avenue, Bldg. 373, Panama City, FL 32407. (850) 235-5386, fax (850) 234-4197. Note 22 applies.
- Web Link
-
NSWC Panama City Open Actions
(http://nswcpc.navsea.navy.mil/contracts/ztable/open_actions.html)
- Record
- SN01526170-W 20080308/080306224925 (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 |