Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
SOLICITATION NOTICE

19 -- UNMANNED SURFACE VEHICLE (USV) - RFP Attachments

Notice Date
3/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1007, RM 116, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-17-R-RS02
 
Archive Date
5/1/2018
 
Point of Contact
Richard D Sewell, Phone: 228-688-4571
 
E-Mail Address
rsewell@nrlssc.navy.mil
(rsewell@nrlssc.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ADDITIONAL CLAUSES AND PROVISIONS ATTACHMENT 3 - FAR 52-212-5 COMMERCIAL REPRESENTATIONS & CERTIFICATIONS Specifications 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 synopsis/solicitation, N00173-17-R-RS02, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-94, 2005-95, dated 19 JAN 2017and DFARS Change Notice 20161222. This solicitation is 100% Set-Aside for Small Businesses. The Naval Research Laboratory (NRL) has a requirement for a commercial Unmanned Surface Vehicle (USV) for general research purposes. Key requirements for this USV system include (a) an Unmanned Surface Vehicle with propulsion in accordance with the specification; (b) a winch and additional connection points suitable for towing or dipping payloads in accordance with the specification; (c) sensors as defined in the specification; (d) a communication system as defined in the specification; (d) operations software as define in the specification; (e) Colreg reg requirements as defined in the specification; (f) full system and software integration of the components as stated in the specification; (g) trailer for towing the USV as stated in the specification ; (h)display/controller for teleoperation as stated in the specification; and (i) at least one hardcopy and one electronic copy of operation and maintenance manuals as stated in the specification. The required USV system may also include the following desirable characteristics: (a) an optional manned operational mode; and (b) LIDAR and Forward-looking Sonar Sensors, and stated in the specification. The requirements for this solicitation include: CLIN 0001: one (1) each commercial Unmanned Surface Vehicle (USV) system, in accordance with the attached Specification. The complete specification and/or other information required for this combined synopsis/solicitation is available as Attachment 1 to this synopsis/solicitation. Delivery and acceptance is at NRL, 4555 Overlook Ave. S.W., Washington, DC 20375-5320, FOB Destination. Delivery shall be no later than one year from date of award. 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 offeror's demonstrated technical capability to meet the Government's minimum needs, based on an examination of product literature or technical approach narrative; (b) the Offeror's demonstrated experience in manufacturing and servicing the devices; (c) the Offeror's Delivery Schedule; and (d) the Offeror's Commercial Warranty Terms. The proposal shall demonstrate both 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 stated in the specification 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 delivery schedule; and(iv) Offeror's Commercial Warranty Terms; (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 (a) the offeror can or will comply with the requirements, (b) standard procedures will be used, (c) well known techniques will be used, or (d) paraphrasing of 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 as provided in Attachment 2 to this Synopsis/Solicitation. 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 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 SAM. Provision of the Representations and Certifications referenced above is a material requirement of this synopsis/solicitation. Provision of Commercial Representations and Certifications is a material requirement of this solicitation. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. See Attachment 3. Certain Additional FAR and DFARS Clauses and Provisions also apply to this acquisition. See Attachment 4. 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 1007, 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). DOCUMENTS, EXHIBITS OR ATTACHMENTS: 1.Attachment 1 - Specification 2.Offeror Representations and Certifications - Commercial Items 3.Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items 4.Additional Far And Dfars Clauses And Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-17-R-RS02/listing.html)
 
Record
SN04455419-W 20170402/170331234449-3b7474cadc95c0adbe951156f8f5a7c9 (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.