SOLICITATION NOTICE
66 -- Acoustic Doppler Current Profilers/Pulse Coherent Acoustic Profilers
- Notice Date
- 4/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-10-R-SE05
- Archive Date
- 4/16/2011
- Point of Contact
- Eric J Sogard, Phone: 228-688-5980, Patricia A Lewis, Phone: 228-688-5593
- E-Mail Address
-
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
(esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil)
- Small Business Set-Aside
- N/A
- 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 but a written solicitation will not be issued. This solicitation, N00173-10-R-SE05, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-39 and DFARS Change Notice 20100324. The associated small business size standard is 500 employees. NRL has a requirement for: CLIN 0001 - Two (2) each Acoustic Doppler Current profilers (water column and near seabed) and directional wave spectra in support of sediment transport studies; and CLIN 0002 - Four (4) each pulse-current acoustic current profilers for high resolution, stationary measurements of near bottom currents for benthic boundary layer studies; CLIN 0003 – Standard Commercial Documentation; CLIN 0004 – standard commercial warranty; CLIN 0005 – extended 1-year warranty. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/10se05.htm Delivery and acceptance is at NRL-SSC, Stennis Space Center, MS 39529-5004, FOB Destination. Delivery shall be no later than 6 weeks 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: Technical capability of the item offered to meet the Government requirement, Past Performance, and Price. Technical capability and Past Performance, when combined, are significantly more important than price. Offerors shall provide a point of contact information for customers to whom the same or similar type systems have been sold. General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP’s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 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 Alt 1, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-2652.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-29, 52.232-33. 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, 252.203-7000, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none Facsimile proposals are NOT authorized. Proposals may be transmitted by e-mail to esogard@nrlssc.navy.mil in either Microsoft Word or pdf format. The Contracting Officer may request offeror(s) to provide a complete; original signed proposal at a later date. 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 five (5) business days before the response date of this solicitation. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-10-R-SE05/listing.html)
- Record
- SN02124746-W 20100418/100416235741-58d47c5fc4c1b70984fc6d0e8d07bd6b (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 |