Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

20 -- Sperry or equal marine radars

Notice Date
6/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133M-08-RQ-0590
 
Response Due
6/6/2008 12:00:00 PM
 
Archive Date
6/21/2008
 
Point of Contact
Melissa R Sampson,, Phone: 757-441-6561
 
E-Mail Address
melissa.r.sampson@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number EA133M-08-RQ-0590 is issued as a Request for Quotation (RFQ) on a full an open competitive basis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The National Oceanic and Atmospheric Administration (NOAA), Marine Operations Center, Norfolk, VA has a requirement for the following items: Item No. 0001: One (1) each - X-Band 25 kW Chart Radar System, Deckstand - to include 8ft Antenna, Turning Unit with Integral TX/RX, 23.1 inch Flat Panel Display. Item No. 0001A: [Optional Item] for two (2) additional quantities of 0001. Item No. 0002: S-Band 30kW Chart Radar System, Deckstand - to include 12ft Antenna, Turning Unit with Integral TX/RX 23.1 inch Flat Panel Display. Item No. 0002A: [Optional Item] for two (2) additional quantities of 0002. Item No. 0003: Radar Spares Kit - 25 kW X-Band Spares Kit and 30dW S-Band Spares Kit. Item No. 0003A: [Optional Item] for two (2) additional quantities of 0003. Item No. 0004: Interswitch with Installation Kit. Item No. 0004A: [Optional Item] for two (2) additional quantities of 0004. Item No. 0005: Installation Inspection and Commissioning. [Price shall include all travel expenses necessary to accomplish the item in Charleston, SC and shall be in accordance with FTR]. Item No. 0005A: [Optional Item] for two (2) additional quantities of 0005. [The price shall not include the travel expenses as these costs will be definitized in accordance with FTR and funds will be added to cover these expenses accordingly when the item is exercised.] Item 0001, 0002, 0003, 0004 and 0005 are for the NOAA Ship Ronald Brown. These items, with the exception of 0004, will be required no later than June 30, 2008. The performance period for Item 0004 will be on or about July 25th onboard the Ronald Brown in Charleston, SC. The Optional Items are for NOAA Ships Delaware II and Oregon II. If these optional items are exercised they will be exercised via a contract modification within 12-months of the contract's award date. Radar Systems - The X-Band and S-Band Radar Systems shall have the same characteristics of the Sperry Marine VisionMaster FT 340 ARPA radars (http://www.sperrymarine.northropgrumman.com/Admin/Downloads/546/Product%20Brochure.pdf) or equivalent. The brand name or equal radars must meet U.S. Coast Guard Type approval and IMO and IEC requirements. Each system shall consist of a turning antenna array, a Magnetron Transmitter/Receiver (MTR), and a display station with operator controls. The radars at a minimum must incorporate the following features: Electronic Charting capability (Electronic Charting capabilities including using NOAA Raster Navigation Charts (RNC)) Transceivers must be configured as part of the antenna array (MTR ups). Power source 100-240V AC Automatic plotting and tracking of targets (ARPA) Inter-switch capability between the X-Band and S-Band radar system AIS interface ECDIS interface capability Built-in test Equipment (BITE) Performance Monitor 23 inch High Resolution Flat Panel Display with Deck mounting stand The radars also must fully interface with and accept inputs from the following shipboard equipment: 1. Ships available power is 115 VAC 1 Phase (3cm radar) and 3 Phase (9cm radar) 2. Gyro information from Sperry MK 37 3. Speed information from Raytheon DSN-450 4. Position information from MX-1107 DGPS 5. AIS Information from Furuno FA-100 Radar Configuration: X-BAND RADAR (3cm) Antenna 8 feet Array Scanner Max/Min (Length restriction due to installation site) Transceiver MTR (25kW) S-BAND RADAR (9cm) Antenna 12 feet Array Scanner Transceiver MTR (30kW) Radar Interswitch - The vendor shall provide an Interswitch that allows configuration change of the display station of one radar system to view the video information of the other radar system in ‘Slave' mode. It can also allow the display station to change the operating parameters of the other radar in ‘Master' mode. This makes continue operation of the radar system possible in the event the designated radar display station cease functioning. The installation kit shall contain any specialty tools and mounting hardware needed to simplify construction. Some Interswitch units may not require a kit in which case the vendor shall state this in their quote. Radar Spares Kit - The manufacturer shall provide the appropriate spares kit. The kits as a minimum shall consist of fuses, motors belts, bulbs, electronic printed circuit boards, etc Installation Inspection and Commissioning - The vendor shall provide a qualified engineer on site (Charleston, SC) [location unknown for optional items] to commission the radar systems to perform as IMO approved marine navigation radars. The commissioning is divided into two parts; pier side and at sea. The pier side commission phase at a minimum shall be to inspect the completed radar system installation in accordance with vendor supplied documentation and inform the installing contractor of any discrepancies found prior to applying ships power the radar systems. The engineer will verify the ship board support equipments (GPS, AIS, Speedlog, etc.) interfaces with the radars are correct and working properly. The engineer will configure and align the radars using the unique physical parameters and characteristics of the NOAA ship Ron Brown and conduct a pier side performance test. The at sea commission phase as a minimum shall be to conduct a comprehensive performance test of the radar system and correct any deficiencies and misalignments. The government representative will witness the verification of the system The scheduling of the inspection and commissioning will be as close to the sea trial date as possible. Estimate two full days at the pier side and one day underway. The Government will provide the contractor five (5) days advance notice of the date of the inspection and commissioning. Travel relating to optional items: Travel will be reimbursed in accordance with FAR Part 31 and the Federal Travel Regulations (FTR). These references can be found on the Internet at the following urls: www.arnet.gov/far and www.gsa.gov/travel. The applicable NAICS is 334511.The contractor shall guarantee all work and agree to remedy, at its own expense, any defects caused by poor workmanship or materials. The C&A requirements of clause 73 do not apply and that a Security Accreditation Package is not required. The following provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors - Commercial Items (NOV 2007) with addenda as follows: The vendor shall submit their quote in two (2) sections: Technical Solution and Price. The two sections shall be submitted electronically to Melissa R. Sampson at melissa.r.sampson@noaa.gov. Vendors are required to submit a Technical Solution which will be used to assess the vendor's capability to perform the requirements shown above. The solution shall clearly demonstrate that the vendor has a thorough understanding of the effort called for herein. Vendors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the solution; as such, solutions must be fully self-sufficient and provide all necessary information for a comprehensive evaluation. Solutions must be sufficient to show how the vendor proposes to accomplish the effort described above. The following sections of material shall be submitted: Section I - Technical Solution Technical Solution -shall include all information required for evaluation, excluding any reference to price. The technical section shall be subdivided into the following factors: Technical Approach Past Performance Section II - Price Quote Price Quote SECTION I - TECHNICAL SOLUTION A. Technical Approach Vendors should clearly describe their understanding of what is required under this RFQ. The technical approach should address requirements in sufficient detail to determine the Vendor's understanding of the requirements described above. If subcontractors are proposed the technical approach should include a discussion of how they will be utilized so as to explain any possible impacts on performance. The vendor shall submit information in any format the vendor deems relevant for the NOAA to understand and evaluate the following areas: a. Describe in detail the radar system being offered as to clearly demonstrate that the offered product meets the salient characteristics identified above and that the offered systems meet U.S. Coast Guard Type approval and IMO and IEC requirements. b. Describe in detail the radar installation inspection and commissioning process that will take place during sea trials. c. Provide a brochure/product literature of the system being offered. B. Past Performance Offerors shall describe relevant performance on other contracts or affirmatively state that it possesses no relevant past performance. List a minimum of three (3) current/previous contracts similar in size, content, and complexity to the effort of this RFQ. The Government is looking for past performance involving successful use of the radar system offered. Information shall include: contract number, name and address of the Government agency or commercial entity, point of contact with current phone number, date of contract award, and period of performance, and initial and current contract value. The requested past performance shall not be older than 5 years. The Government reserves the right to contact any government and private source in addition to those included with the quote. SECTION II - PRICE QUOTE The vendor shall provide pricing information in a table format. FAR 52.212 -2 Evaluation - Commercial Items (JAN 1999) This clause has been tailored to this procurement: The Government intends to evaluate offers for award purposes by adding the total price for Items 0001-0005 including the optional items 0001A -0005A. The Government will award a single purchase order resulting from this Request for Quote to the responsible vendor whose offer conforming to the Request for Quote will be most advantageous to the Government, price and other factors considered. The Government intends to make award without discussion. The determination of greatest value will be made by comparing the differences in the value of the technical factors with the differences in the prices proposed. The technical evaluation factors when combined are significantly more important than price. However, the Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. The Government will make this assessment through the development of trade-off analyses that involve the assessment of benefits of superior performance capability versus any added costs. As non-price factors approach equality, price as an evaluation factor becomes increasingly more important. The degree of equality between vendor's proposals will be measured by the quantity, significance, and applicability of the superior features offered. The quote shall be evaluated on the criteria listed below: SECTION I - TECHNICAL SOLUTION The technical factors, listed in descending order of importance, when combined are significantly more important than price. A. TECHNICAL APPROACH In accordance with 52.212-1 above, quotes will be evaluated on the information contained in the technical approach that demonstrates the degree of understanding by the vendor of the requirements. Of particular importance, regarding evaluation is how the vendor addresses the areas identified in the Instructions to Offerors, paragraph a-c. B. PAST PERFORMANCE In accordance with the "Instructions to Offerors" above, quotes will be evaluated on the vendor's demonstrated relevant past performance or affirmative statement that it possesses no relevant or no past performance. Relevant past performance is performance under contracts or efforts (within the past 5 years) that is of the same or similar scope, magnitude, and complexity to that which is described in the solicitation. This information will be used to assess the contractor's past performance history. SECTION II - PRICE QUOTE While the price is not the most important evaluation factor, its importance in this procurement will not be overlooked. The degree of its importance will increase commensurately with the degree of equality among technical solutions. CAR 1352.215-73 Inquiries (MAR 2000) CAR 1352.233-71 Service of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Melissa R. Sampson, 200 Granby Street, 8th Floor, Norfolk, VA 23510} FAR 52.212-3 Offeror Representations and Certifications Commercial Items (MAY 2008). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007), with addenda as follows: FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) CAR 1352.201-70 Contracting Officer's Authority (MAR 2000) CAR 1352.208-70 Printing (MAR 2000) CAR 1352.209-73 Compliance With The Laws (MAR 2000) CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract CAR 1352.233-70 Harmless From Liability (MAR 2000) CAR 1352.252-71 Regulatory Notice (MAR 2000) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2008) {Fill-in: Part B, Check items 1, 7, 15, 16, 17, 18, 19, 20, 21, 22, 24, 26, 28, 36 } In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All responsible sources may submit a quotation which shall be considered by the agency. Offers must be submitted in writing to the Eastern Region Acquisition Division, 200 Granby Street, Room 815, Norfolk, Virginia 23510 by 12:00 pm EST on Friday, June 6, 2008. Offers may be faxed to 757-664-3652 or sent electronically to Melissa.R.Sampson@noaa.gov. Anticipated award date is on or about Friday, June 10, 2008. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Melissa R. Sampson at Melissa.R.Sampson@noaa.gov or faxed to 757-664-3652. Telephonic requests will not be honored.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4cd134d61ff77ea11a06ab3c7da40cf&tab=core&_cview=1)
 
Place of Performance
Address: Onboard NOAA Ships, United States
 
Record
SN01584892-W 20080604/080602220313-e4cd134d61ff77ea11a06ab3c7da40cf (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.