SOLICITATION NOTICE
70 -- Aviators Night Vision Imaging System/Heads Up Display System
- Notice Date
- 11/16/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
- ZIP Code
- 21005
- Solicitation Number
- SPRBL1-17-R-0011
- Archive Date
- 1/3/2017
- Point of Contact
- Mark A. Laskoski, Phone: 4438614545, Cheryl J. Hall, Phone: 4438614547
- E-Mail Address
-
mark.a.laskoski.civ@mail.mil, cheryl.hall@dla.mil
(mark.a.laskoski.civ@mail.mil, cheryl.hall@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation SPRBL1-17-R-0011 is issued as a Request for Proposal (RFP). Written proposals are required and will be submitted in Fed Biz Opps. The Offerors' proposal shall include pricing for section v & vi, a delivery schedule for section xiii and any other requirements this solicitation requires. (iii) This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. (iv) This procurement is not a set aside for Small Business. The NAICS code is 334511 and the Small Business size standard is 1,250. (v and vi) This requirement is an end of life type of buy for six NSNs on the Aviators Night Vision Imaging System/Heads Up Display system (AN/AVS HUD). The AN/AVS HUD system displays flight and engine trend information directly in front of the pilot's eye during flight which provides the pilot with reduced in-flight workloads and enhanced situational awareness. CLIN: 0001 Noun: Display Unit NSN:7025-01-589-3636 Part Number: MB386A-01 Qty: 329 Unit of Measure: Each CLIN: 0002 Noun: Circuit Card Assembly NSN: 5998-01-470-7465 Part Number: 23516A-01 Qty: 30 Unit of Measure: Each CLIN: 0003 Noun: Circuit Card Assembly NSN: 5998-01-470-7481 Part Number: 15297B-02 Qty: 57 Unit of Measure: Each CLIN: 0004 Noun: Display Unit NSN: 7025-01-589-3638 Part Number: MB240A-00 Qty: 703 Unit of Measure: Each CLIN: 0005 Noun: Converter Signal Data NSN: 5895-01-459-3051 Part Number: MA834A-01 Qty: 323 Unit of Measure: Each CLIN: 0006 Noun: Circuit Card Assembly NSN: 5998-01-470-7470 Part Number: 15297A-02 Qty: 66 Unit of Measure: Each (vii) Inspection and Acceptance are at Origin and FOB Point is destination. The SHIP TO address for the duration of the resultant contract is: (W25G1U) SU W1BG DLA Distribution DDSP New Cumberland Facility 2001 Normandy Drive, Door 113 To 134 New Cumberland, PA 17070-5002 (viii) The provision at FAR Clause 52.212-1, Instruction to Offerors - Commercial Items, applies to this procurement. (ix) Proposals will be evaluated in accordance with the FAR 15.101-2 Lowest Price Technically Acceptable (LPTA) source selection process. In order to be considered for award an offeror must meet or exceed technical acceptability standards for the following non-price factors: Supplies; Terms and Conditions and Past Performance. In the event a sole proposal is received the LPTA source selection process will not apply. Technical Acceptability Standards: Supplies; Terms and Conditions: Supplies; Terms and Conditions will be evaluated on an acceptable or unacceptable basis. Acceptable Supplies; Terms and Conditions shall be defined as an offer that meets the minimum requirements of the solicitation. Unacceptable Supplies; Terms and Conditions shall be defined as an offer that does not meet the minimum requirements of the solicitation. Past Performance: Past performance will be evaluated on an acceptable or unacceptable basis. An offeror's past performance will be determined to be acceptable if, based on the offerors recent performance record on efforts involving same or similar items, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. An offeror's past performance will be determined to be unacceptable if, based on the offerors recent performance record relating to contracts for same or similar items, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". For this solicitation, recent performance is defined as two years. Price Evaluation: This solicitation is for a FIRM-FIXED PRICE contract and the offeror's price will be evaluated by calculating the unit price times the quantity. Prices offered must be unit prices only which are clearly stated and which require no further interpretation by the Government to determine the actual offered price. Prices must not be stated as part of a pricing formula or as charges per lot. Unit prices offered must include costs of compliance with all solicitation requirements. Failure to submit proposed prices in accordance with these instructions may result in rejection of the offer. (x) A completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, must be included with your proposal. (xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this procurement. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this procurement. The following FAR clauses cited in 52.212-5 apply: 52.203-6, 52.204-10, 52.209-6, 52.219-8, 52.219-9, 52.219-16, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.232-33, 52.247-64. (xiii) Delivery shall be offered in terms of a number of days after receipt of order. The number of delivery days required in this solicitation is calculated based on the Governments planned need and customer requirements. Offerors are encouraged to conform their delivery terms as closely as possible to the delivery days required, and there will be no evaluation preference, or penalty for faster delivery. Offering a greater number of delivery days than the required delivery schedule may result in the offer not being considered, however the Government reserves the right to consider offered delivery times that exceed the number of delivery days required by the Government. Delivery is required by the Government in accordance with the following schedule: All CLINS, 50 each 180 days after receipt of order and 50 each month thereafter until completion. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. (xiv) This procurement does not have a Defense Priorities and Allocations System (DPAS) rating. (xv) Proposals are due on 19 December 2016 at 5:00 pm EST. (xvi) The Point of Contact for this action is: Mark A. Laskoski, (443) 861-4545 and mark.laskoski@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7adeed670adad5a981ea31130b9b86cf)
- Place of Performance
- Address: 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21207, United States
- Zip Code: 21207
- Zip Code: 21207
- Record
- SN04329596-W 20161118/161116234631-7adeed670adad5a981ea31130b9b86cf (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 |