SOLICITATION NOTICE
58 -- CTAR ANTENNA SYSTEM - (Draft)
- Notice Date
- 1/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and 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
- N00173-13-R-RS01
- Archive Date
- 1/8/2014
- Point of Contact
- Richard D Sewell, Phone: 228-688-4571, Eric J Sogard, Phone: 228-688-5980
- E-Mail Address
-
richard.sewell@nrlssc.navy.mil, eric.sogard@nrlssc.navy.mil
(richard.sewell@nrlssc.navy.mil, eric.sogard@nrlssc.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N0017313RRS01-SPECIFICATION & DD-1423 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, N00173-13-R-RS01, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-62, dated 20 DEC 2012 and DFARS Change Notice 20121212. This solicitation is a full and open competition. The Naval Research Laboratory (NRL) has a requirement for a Commercial Off-the-Shelf, fully operational transportable antenna tracking system to support the Coalition Tactical Awareness and Response (CTAR) program. Key characteristics of the required system are: (a) The required system shall be functionally and operationally compatible with a separately-acquired MDA Information Systems signal processor. (b) The required system will be provided as a trailer-mounted, fully operational, “ready to use” system requiring no physical assembly when deployed. (c) The maximum dimensions of the antenna and trailer shall be 150 inches long x 100 inches wide x 103 inches high to permit transportation via commercial air freight. (d) The required antenna system shall have tracking capability to cover the full observable sky. This shall include 360-degree azimuth coverage and 0-degree to 180-degree elevation coverage with no “keyhole” outages. The requirements for this solicitation include: CLIN 0001: one (1) each Commercial Off-the-Shelf 2.4 Meter X-Band Trailer-Mounted transportable antenna tracking system, including installation, acceptance testing, training, and warranty, in accordance with the attached Specification. CLIN 0002: one (1) lot Data, Documentation and Software in accordance with Exhibit A (DD Form 1423) and Attachment 1. CLIN 0003: one (1) each, Optional Spare Parts Kit in accordance with the attached Specifications. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/13RS01.html Delivery and acceptance is at NRL, 4555 Overlook Ave. S.W., Washington, DC 20375-5320, FOB Destination. Delivery shall be no later than 01 JUN 2012. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offeror’s shall submit written proposals addressing, as a minimum, the Offeror’s (a) ability to provide the required instrument; (b) ability of the instrument to meet the stated health and safety requirements; (c) ability to provide the required on-site training in the required time frame; (d) ability to provide the required operating and maintenance manuals, and software; and (e) ability to provide the required warranty. The proposal must demonstrate an understanding of the requirements and the ability to meet the specifications. The Offeror’s proposal shall also include the following administrative information: DUNS Number or CAGE Code, and Tax Identification Number (TIN). The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer, conforming to the solicitation, will be the BEST VALUE to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) Technical, to include: (i) Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (ii) Offeror’s demonstrated experience in manufacturing and servicing these devices; (iii) Offeror’s training plan; (iv) Offeror’s delivery schedule; (v) Terms of Offeror’s warranty; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. The Government will evaluate offers for award purposes by adding the total price for all options, if any are proposed, to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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: (a) register in, and complete the electronic annual representations and certifications via the System for Award Management (SAM) at http://www.sam.gov ; and (b) complete and provide the requirements at 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 following additional clauses cited within this clause are applicable: 52.203-6 - Restrictions on Subcontractor Sales to the Government 52.204-10 – Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 – Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 – Prohibition on Contracting with Inverted Domestic Corporations 52.219-8 – Utilization of Small Business Concerns 52.219-28 – Post-Award Small Business Program Re-representation 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 Veterans 52.222-36 – Affirmative Action for Workers with Disabilities 52.222-37 – Employment Reports on Veterans 52.222-40 – Notification of Employee Rights Under the National Labor Relations Act. 52.222-54 – Employment Eligibility Verification 52.223-18 – Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 – Restrictions on Certain Foreign Purchases 52.232-33 – Payment by Electronic Funds Transfer – Central Contractor Registration 52.247-64 – Preference for Privately Owned U. S. – Flag Commercial Vessels. 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 - Gratuities 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials 252.227-7013 – Rights in Technical Data-Noncommercial Items 252.227-7015 – Technical Data-Commercial Items 252.227-7037 – Validation of Restrictive Markings on Technical Data 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports 252.247-7023 – Transportation of Supplies by Sea 252.247-7024 – Notification of Transportation of Supplies by Sea The following additional FAR and DFARS clauses apply: FAR 52.204-7 Central Contractor Registration; DFARS 252.204-7004 - Alternate A.; DFARS 252.211-7003 – Item Identification and Valuation DFARS 252-211-7007 – Reporting of Government Furnished Equipment in the DoD Item Unique Identification (IUID) Registry Facsimile proposals are NOT authorized. Proposals shall be received not later than the response date noted above. Proposals may be transmitted by e-mail to richard.sewell@nrlssc.navy.mil in either Microsoft Word or PDF format. The offeror shall follow an e-mailed proposal with an original of the offeror’s proposal, which shall be mailed to the following address: Contracting Officer, Naval Research Laboratory, Code 3235:RS, Building 1008, Stennis Space Center, MS 39529-5004. The proposal package shall be marked with the solicitation number, due date and time. Any questions concerning the RFP shall be submitted in writing to, and received by, the Contracting Officer no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to richard.sewell@nrlssc.navy.mil, or may be submitted by mail to the address provided 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/N00173-13-R-RS01/listing.html)
- Record
- SN02962473-W 20130111/130109234644-453493f4ee595d984d831904cd85e049 (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 |