Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

66 -- Vertically Oriented Multi-Sensor Core Logger

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
N00173-12-R-SE02
 
Archive Date
2/1/2013
 
Point of Contact
Eric J Sogard, Phone: 228-688-5980, Richard D Sewell, Phone: 228-688-4571
 
E-Mail Address
eric.sogard@nrlssc.navy.mil, rich.sewell@nrlssc.navy.mil
(eric.sogard@nrlssc.navy.mil, rich.sewell@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, N00173-12-R-SE02, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-55 and DFARS Change Notice 20111230. NRL has a requirement for a Vertically Oriented Multi-Sensor Core Logger System including: CLIN 0001 one (1) each Vertically Oriented Multi-Sensor Core Logger System with Software, Installation and training. The system at a minimum shall include the following components: Complete Core Track and Frame System, P-wave Measurement System (Sound Speed Measurement System), Gamma Density System and Electrical Resistivity System. CLIN 0002 Data CLIN 0003 Warranty The complete specification and other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/12se02.html. Delivery and acceptance is at NRL-SSC, Stennis Space Center, MS 39529-5004, FOB Destination. Delivery shall be no later than ninety (90) days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors should carefully review this provision for instruction for submission of offers including providing an adequate technical description of the items being offered and tasks to be accomplished in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. 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 Demonstrated capability of the proposed Core Logger System to meet the minimum specification requirements. Demonstrated capability of the proposed Core Logger to be used in laboratory settings as well as in field exercises that occur on shore and at sea aboard ships that are underway. Offeror’s demonstrated experience in manufacturing and servicing these devices. Offeror’s demonstrated experience in specialized non-destructive analysis of sediment cores. Offeror’s Installation Plan Offeror’s Demonstration/Training Plan Offeror’s proposed schedule 2) Past Performance. 3) Price. Technical and Past Performance when combined are significantly more important than price: 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. Also see 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: FAR 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219-6 with Alternate I, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-16, 52.223-18, 52.225-13, 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, DFARS 252.203-7000, 252.226-7001, 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; 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 shall be received on or before the response date noted above. Proposals may be transmitted by e-mail to eric.sogard@nrlssc.navy.mil, in either Microsoft Word or pdf format followed by an original of the offerors proposal mailed to the following address: Contracting Officer, Naval Research Laboratory-SSC, Code 3235, Building 1008, Stennis Space Center, MS 39529-5004. The package should be marked with the solicitation number, due date and time. The Contract Specialist must receive any questions concerning the RFP no later than 7 calendar days before the response date of this solicitation. Questions may be transmitted by e-mail to eric.sogard@nrlssc.navy.mil, or may be submitted by mail to the address above. 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. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). 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/N00173-12-R-SE02/listing.html)
 
Record
SN02664380-W 20120202/120131234536-acd7991bf5ef488ac2ff82e72f6bed70 (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.