Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
DOCUMENT

K -- Upgrade to Naval Aerodynamic Test Facility (NATF) Wind Tunnel - STATEMENT OF WORK/SPECIFICATION REQUIREMENTS

Notice Date
4/10/2008
 
Notice Type
STATEMENT OF WORK/SPECIFICATION REQUIREMENTS
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-0072
 
Point of Contact
Ismaela M Ramirez,, Phone: (301) 757-2619
 
E-Mail Address
ismaela.ramirez@navy.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION. 1. Synopsis as described at FAR 5.207. (a) Content 1. Action Code: Combined Synopsis/Solicitation 2. Date: 10 April 3. Year: 2008 4. Government Printing Office (GPO): TBD 5. Contracting Office Zip Code: 20670-1127 6. Classification Code: KO60 7. Contracting Office Address: NAVAIR, Contracts, 21983 Bundy Road, Unit, Bldg 441, Patuxent River, MD 20670-1127. 8. Subject/Item Title: Upgrade to Naval Aerodynamic Test Facility (NATF) Wind Tunnel 9. Solicitation Number: N00421-08-R-0072 10. Opening Date: 10 April 2008 Closing Date: 25 April 2008 11. Point of Contact: Ismaela Ramirez, (301) 757-2619 12. Solicitation: same as #9 13. Contract Award Dollar Amount: $454,000.00 14. Contract Line Item: CLIN 0001 15. Anticipated Contract Award Date: June 2008 16. Contractor: TBD For small business size standard: $11.0 Million Average Annual Gross Revenues 17. Description: see attached Statement of Work 18. Place of Contract Performance: Naval Air Station, Patuxent River, MD 20670 19. Set Aside Status: None (b) Transmittal: via FedBizOpps and NAVAIR homepage at http://www.navair.navy.mil/doing_business/open_solicitations (c) Description: 1. NSN: N/A 2. Specification: see attachment 3. Manufacturer: N/A 4. Size, Dimensions, or other form, fit or functional description: See SOW 5. Predominant Material of manufacture: N/A 6. Quantity: TBD 7. Unit of Issue: Each 8. Destination Information: Inspection & Acceptance and FOB will be at destination 9. Delivery Schedule: 30 days after contract award 10. Duration of the Contract Period: TBD 11. N/A 12. N/A 13. None 14. N/A 15. All responsible sources may submit an offer/proposal which shall be considered. 16. The solicitation will be made available in FedBizOpps and NAVAIR homepage from 10 April 2008 through 25 April 2008. 17. POC Email: ismaela.ramirez@navy.mil 18. Technical data are not available. 2. Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation; proposals are being requested and a written solicitation will not be issued. Please note that there are separate documents that need to be downloaded from the FedBizOpps website with this notice which includes the Statement of Work and Specification Requirements. (ii) This solicitation number is N00421-08-R-0072 and is issued as a request for proposal. (iii) The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. (iv) The NAICS code for this procurement is 541380. The total estimated dollar value for this procurement is roughly estimated to be $454,000.00. This solicitation is being pursued to be full and open competition. (v)The contract line item number are: CLIN 0001, purchase of Upgrade to Naval Aerodynamic Test Facility (NATF) Wind Tunnel. (vi) Description of Requirements: The contract requires support for the Naval Aerodynamic Test Velocity Measurement Upgrade Program (432A). This acquisition will provide support for the process of enhancing its data acquisition, flow field diagnostics, and wind tunnel control capabilities for the Naval Aerodynamic Test Facility (NATF) wind tunnel. The NATF enhancements will be for the purchase of a three-component Particle Image Velocimetry system (PIV), upgrade or replacement of an existing GFE PSI 8400 system, replacement of current wind tunnel drive with a variable frequency drive, purchase of a multi-hole unsteady “cobra” pressure probe, and replacement tunnel data acquisition software and computers. It is expected that the data acquisition software will control/acquire data from existing GFE systems in the NATF and must be able to do every process currently associated with the legacy NATF control system: wind tunnel speed command/control of the new variable frequency drive (VFD) including emergency stop, data acquisition, and traverse command and control. The bidder must submit a plan describing VFD installation, implementation and fan/speed control. The system must be able to control all instruments from the facility control room. Software may be written to control/interface with existing GFE systems or the GFE systems may be upgraded if that is more cost effective. The system must be designed such that, in the event of communication failure with the VFD a runaway fan is not possible. The final operating system will have sufficiently low electronic noise for the entire system to operate without noise interference will all systems operating. This may require contractor to install shielding and to demonstrate system integration/acquisition of the existing facility instrumentation, control of the facility drive, and integration/acquisition of the procured instrumentation. (vii) Delivery: 30 days after contract award. Delivery and Acceptance: Patuxent River, Maryland. FOB: Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors --Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation – Commercial Items applies to this acquisition. The evaluation criteria in paragraph (a) of this clause that will be used are listed in descending order of importance: 1. Technical capability of the item: a. Specified exact brand and model names of the components. The Government will evaluate whether the contractor has specified all the components and equipment necessary to satisfy the contract. Ratings will be awarded for detailed description of the various systems used. b. Specificity of the tunnel control software package. The Government will evaluate whether the proposed software solution to integrate the various facility systems is adequate. Ratings will be awarded for the current capability of the software as it currently exists, future growth capability, and past performance. If the software does not currently exist, a detailed description of the proposed software is necessary to perform the evaluation. c. Specificity of implementation of the VFD/fan pitch control. The Government will evaluate whether the proposal adequately addresses the implementation of the proposed fan drive system and whether allowances have been made for proper electronic noise reduction techniques. Ratings will be awarded for specific tunnel velocity control solutions incorporating both fan pitch and RPM adjustments. d. Use of quality components to insure highest performance. The Government will evaluate whether the contractor is using quality components necessary to perform the work. Ratings will be awarded based on the use quality of the components. e. Quality and ease of use. The Government will evaluate whether the proposed solution is flexible, easy to set up, and easy to control. Ratings will be awarded based on the evaluation for the tunnel integration software, tunnel drive control, and PIV system. 2. Past performance (three customers within the last five years) a. Good track record of service. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) satisfied your/their customers and complied with federal, state, and local laws and regulations during the past five (5) years. Instruction: The contractor shall submit a list of a minimum of three (3) contracts or subcontracts currently ongoing or completed within the last five years that are either directly related or similar in scope, magnitude, and complexity to the requirement of this solicitation. Contracts listed may include those entered into with the Federal Government, agencies of state and local Governments, and commercial customers performed by the contractor or proposed subcontractor. Offers that are newly formed entities without prior contracts should list contracts and subcontracts in which key personnel proposed for this effort were directly involved. Each contract cited is limited to 2 pages each. Include the following information for each contract and subcontract: i. Name of contracting activity ii. Contract Number iii. Period of Performance iv. Contract Type v. Contract work description vi. Total contract value vii. Name, email address, phone number of the Contracting Officer’s Representative or Task Order Manager or Technical Point of Contact for whom the work was performed viii. Name and phone number of Contracting Officer The offerors are reminded that both independent data and data provided by the offerors in their proposals may be used to evaluate past performance. Since the Government may not necessarily interview all sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. b. History of similar work. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) have performed similar work in size and scope. c. Customer support. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) have provided satisfactory customer support. d. Proven, existing capability and software. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) have demonstrated the existing capability to perform the work in terms of integration and tunnel control software. e. Current users of software package used to control instrumentation. 3. Price/Cost and Fee a. Detailed itemized price list b. Best value to the government Note: The offeror shall provide sufficient detail and breakdown per item/element to allow the contracting officer to determine the reasonableness of the proposed price/cost. The price/cost proposal shall be submitted as a separate file. No pricing information shall appear in the proposal’s technical files. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Offerors shall fill out this provision and submit it with their offer. (xi) The clause at FAR 52.212-4, Contract Terms and Condition – Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Within this clause are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-19, Child Labor—Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act --Supplies 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The provision at DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Offerors shall fill out this provision and submit it with their offer. 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, applies to this acquisition. Within this clause are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-3, Gratuities 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustments 252.247-7023, Transportation of Supplies by Sea The following clauses and provisions also apply to this acquisition: 52.204-7, Central Contractor Registration 252.225-7000, Buy American Act and Balance of Payments Program Certificate (xiii) The following NAVAIR Clauses also apply to this acquisition: 5252.232-9513—Invoicing and Payment (WAWF) Instructions 5252.237-9509 – Inspection of Site 5252.232-9511-Notice of Requirement for Prompt Payment (xiv) DPAS: N/A (xv) Numbered Notes: N/A (xvi) Offers are due by 12:00 pm Eastern Standard Time, 24 April 2008 at the Naval Air Warfare Center Aircraft Division, Patuxent River, MD, 20670-1127. (xvii) Name and telephone number of individual to contact for information regarding this solicitation: Ismaela Ramirez, (301) 757-2619, e-mail: ismaela.ramirez@navy.mil The Government will not accept faxed proposals. You may email your offers to ismaela.ramirez@navy.mil or mail it to: Contracts, Attn: Ismaela Ramirez, Code 251335, 21983 Bundy Road, Unit 7, Bldg 441, Patuxent River, MD 20670-1127. This combined synopsis/solicitation will be posted on the NAVAIR homepage at http://www.navair.navy.mil/doing_business/open_solicitations and on FedBizOpps homepage. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to contractors.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=96ecbe2c99d939c5db0be08ce6c148f4&tab=core&_cview=1)
 
Document(s)
STATEMENT OF WORK/SPECIFICATION REQUIREMENTS
 
File Name: Statement of Work/Specification Requirements (NATF CPP Specifications10.doc)
Link: https://www.fbo.gov//utils/view?id=7a07b1eeb7e6015aa37106739caa6b8a
Bytes: 66.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Station, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01551330-W 20080412/080410215635-96ecbe2c99d939c5db0be08ce6c148f4 (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.