Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

66 -- millimeter wave radiometers - Package #1

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-16-R-MI01
 
Archive Date
9/2/2016
 
Point of Contact
Malisa E. Mitchell, Phone: 2027670397
 
E-Mail Address
Malisa.Mitchell@nrl.navy.mil
(Malisa.Mitchell@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 is the Specification and DD 2579 Attachment 2 is Addenda to Synopsis/Solicitation N00173-16-R-MI01 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, N00173-16-R-MI01, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-88-1, dated 15 JUL 2016 and DFARS Change Notice 20160630 dated 30 JUN 2016. This solicitation is a full and open competition. The Naval Research Laboratory (NRL) has a requirement for three separate and independent Commercial fully operational Millimeter Wave Radiometers to perform environmental measurements in the laboratory from the ground and manned or unmanned aircraft, at the discretion of the Government. Each unit will consist of a horn antenna and complete RF receiver sensitive to the appropriate frequency bands stated in the attached specification, filters to define the desire pass-band(s), separable square-law detector(s) to convert the RF energy to DC voltage, video gain and offset to condition the output of the detector(s), and internal and external calibration sources to allow the receiver to be calibrated to a specific brightness temperature uncertainty. Construction of each unit shall be functionally and operationally compatible with the vibration levels of a typical UAV. Temperature sensitivity shall be as specified over the range of operating temperatures specified. Size, weight, and power requirements shall also be as specified. See Attachment 1 - Specification. The requirements for this solicitation include: CLIN 0001: one (1) each Commercial Millimeter Wave Radiometer (MMW150) in accordance with the attached Specification. CLIN 0002: one (1) each Commercial Millimeter Wave Radiometer (MMW183) in accordance with the attached Specification. CLIN 0003: one (1) lot Data and Documentation in accordance with both the attached Exhibit A (DD Form 1423) and the attached Specification. CLIN 0004: (Optional) one (1) each Commercial Millimeter Wave Radiometer (MMW 118) in accordance with the attached specification. Delivery and acceptance is at NRL, Washington, DC 20375-5320, FOB Destination. Delivery shall be no later than 3:30 p.m. Eastern Daylight Time (EDT) on 18AUG 2016. The Offeror shall provide documentation to support their proposed prices. Documentation may include provision of any or all of the following: (a) published catalog or market pricing, (b) internal published price lists, (c) documentation of previous sales of similar or equal items to the Government or other market sources, (d) any other documentation to support the proposed price. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offeror's shall submit written proposals addressing, as a minimum, (a) the technical capability of the Offeror's solution to meet the Government's minimum needs, based on examination of product literature and technical approach narrative; (b) Offeror's demonstrated experience in manufacturing and servicing the devices; (c) the Offeror's ability to provide the required data and documentation as required in DD Form 1423; (d) the Offeror's delivery schedule; and (e) the Offeror's proposed commercial 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, 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 ability to provide the required data and documentation; (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 complete the electronic annual representations and certifications via the System for Award Management (SAM), which may be found under the Acquisition System Menu Tab at http://www.acquisition.gov. The Offeror shall complete and provide with their proposal a copy of the provision at FAR 52.212-3 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3, if changes to the SAM annual representations and certifications apply to this acquisition, the offeror shall clearly identify the applicable paragraphs 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 the SAM website. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and the Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders - Commercial Items, apply to this acquisition. Additional clauses applicable to FAR 52.212-4 and FAR 52.212-5 are included in the FAR 52.212-4 and FAR 52.212-5 Addenda attached to this synopsis/solicitation. 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 malisa.mitchell@nrl.navy.mil in either Microsoft Word or PDF format. The offeror shall follow an e-mailed proposal with submission of an original of the offeror's proposal, which shall be mailed to the following address: Contract Specialist, Naval Research Laboratory, Code 3230:MI, Building 222, Washington, DC, 20375-5320. 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 Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to malisa.mitchell@nrl.navy.mil. 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, if any, 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/N00173/N00173-16-R-MI01/listing.html)
 
Record
SN04186278-W 20160720/160718234634-1c7970b9915e8285ad862b30f38db9a1 (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.