Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SOLICITATION NOTICE

59 -- Servomotor Upgrade - CONTROLLED DRAWINGS

Notice Date
8/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-18-T-0087
 
Archive Date
9/30/2018
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442, PAM J STILES, Phone: 805-228-8754
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL, pamela.stiles@navy.mil
(RACHEL.T.SMITH@NAVY.MIL, pamela.stiles@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information: Document Type: Combined Synopsis/Solicitation Solicitation Number: N63394-18-T-0087 Posted Date: 8/7/2018 Original Response Date: 8/27/2018 Current Response Date: 8/27/2018 Product or Service Code: 5975 Set Aside: 100% Small Business Set Aside NAICS Code: 335312 Contracting Office Address: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way Port Hueneme, CA 93043 Place of Delivery: Naval Surface Warfare Center Port Hueneme Division (NSWC PHD) 4363 Missile Way, Building 435 Port Hueneme, CA 93043 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 and Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice (DPN) 20180629. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312, with a small business size standard of 1,250 employees. Material Description: The NSWC PHD is seeking to purchase: 1) One Servomotor; 2) Engineering design to upgrade the DC motor. All interested companies shall provide a quotation for the following Supplies: 1. Servomotor, DC 160/BK/TA 2000RPM, QTY: 1 2. Engineering design to upgrade the DC motor to meet new specification requirements. The Contractor shall provide all services and material to manufacture (not used or refurbished) the Servomotor IAW the Statement of Work (SOW) below. The Contractor shall provide a servomotor prototype to the Government for first article testing and the technical documentation associated from the motor's development. The technical data package (drawings) contain information that is export controlled. Only those companies that have completed DD form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive the package. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. APPLICABLE CONTRAT CLAUSES FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.219-8 Utilization of Small Business Concerns. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-2 Inspection of Supplies-Fixed-Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.246-7000 Material Inspection and Receiving Report. DFARS 252.247-7023 Transportation of Supplies by Sea. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) FAR 52.209-4 First Article Approval-Government Testing. (a) The Contractor shall deliver one (1) unit(s) of Lot/Item CLIN 0001 within 300 calendar days from the date of this contract to the Government at Naval Surface Warfare Center Port Hueneme Division, 4363 Missile Way, Port Hueneme, CA 93043-4307 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 10 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (End of clause) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Veterans. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.222-17 Nondisplacement of Qualified Workers. FAR 52.222-41 Service Contract Labor Standards. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.222-55 Minimum Wages Under Executive Order 13658. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS FOR OFFERORS This is a combined synopsis/solicitation for supplies as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Vendor must also be currently registered in the System for Award Manage (SAM). Submission shall be received not later than 5:00PM Pacific Time on 27 August 2018 to Rachel T. Smith at rachel.t.smith@navy.mil and to Pamela Stiles at pamela.stiles@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing no later than 14 August 2018 via e-mail to the point(s) of contact listed below: Pamela Stiles pamela.stiles@navy.mil AND Rachel T. Smith rachel.t.smith@navy.mil Only questions and concerns provided prior to 14 August 2018 will receive a response. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps. It is the responsibility of interested vendors to monitor FedBizOpps for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Quotations shall contain the following required responses: (1) Vendor Administrative Information: a. Cage Code: b. Dun & Bradstreet #: c. Tax ID #: d. Special Small Business Sub-Category (if applicable): e. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. f. If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. (2) Price Breakdown. The quote shall include: Item Description, Unit Cost, Quantity, and Subtotal. The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). (3) Capability Statement. Provide a Capability Statement that demonstrates the Offeror has the qualifications, experience, and resources for this requirement. Capability statement shall discuss their ability to provide the required servomotor and engineering design. Capability statements shall not exceed five pages. Pages shall utilize one inch margins, and shall use no other font than 12 point Times New Roman. (4) Statement that the quotes are good for 60 calendar days. EVALUATION Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria: (1) Price. Total price will be evaluated. (2) Technical Capability. The Offeror's technical capability will be assessed based upon the degree to which the capability statement demonstrates the Offeror's capability to perform the Government's requirement. Technical capability will receive an "acceptable" or "not acceptable" rating.   NSWC PHD, Code S53 NSSMS Logistics and S54 Engineering Branches NATO SEASPARROW PROGRAM OFFICE, IWS 12 Statement of Work for the NATO SEASPARROW Servomotor Prototype April 16, 2018   Statement of Work (SOW) for the NATO SEASPARROW Servomotor Upgrade 1.0 General 1.1. Introduction The mission of the NSWC PHD S53 is to ensure fleet readiness and capabilities for the NATO Seasparrow Surface Missile System (NSSMS). The mission of the NATO Seasparrow Program Office Program Office, IWS 12 focuses on the design, construction and delivery, and life-cycle support of NSSMS and the integration with other systems. This acquisition is for a prototype servomotor to be used in the MK 29 MOD 1-(6) Guided Missile Launching System (GMLS) in the NATO Seasparrow Surface Missile System. The current motor has identified deficiencies with safety and reliability and the upgraded motor will alleviate those issues for the fleet. 1.2. Objective The objective is to locate a manufacturer to build a prototype servomotor for improved capabilities. The red-lines to the servomotor specification will be provided to industry (attached drawings) and are aimed at the following goals (by priority) in accordance with Paragraph 2, Specific Requirements/Task, below. 1.3. Scope of Work The contractor shall provide all resources necessary to accomplish the tasks and deliverables described in this Statement of Work (SOW). The contractor shall provide a servomotor prototype to the government for first article testing and the technical documentation associated from the motor's development. 1.4. Background The NSSMS Servomotor was initially incorporated into the launcher design in 1974. The last modification to this Servomotor was in 1989. The launcher is driven by three identically wound field motors, two in the train axis and one in the elevation axis. A mechanical stow pin in the drive train secures the launcher when not in use. Synchro's mechanically linked to the train and elevation axis generate position repeat back and position error signals for use in position indicators in the Combat System and for generation of the drive motor commands, respectively. Due to upgrades to the missile and other changes to the NATO Seasparrow Surface Missile System the ISEA is looking to improve Servomotor capabilities. 1.5. Type of Contract Contemplated The government anticipates awarding a Simplified Acquisition Procedure (SAP). 1.6. Period of Performance The period of performance of this contract is 10 months after the award of the contract. This contract does not include option years. 1.7. Place of Performance The place of performance for design, manufacturing and quality testing may be done at the contractor facility. First article testing will be completed by the In-Service Engineering Agent (ISEA), NSWC PHD once the prototype is delivered. 1.8. Applicable Documents (attached) If more documentation is required, please contact Contracting Officer. • Red-Lined Drawing 2896015 Servomotor, Direct Current, Specification • Red-Lined Drawing 2896014 Servomotor, Direct Current 2.0 Specific Requirements/Tasks 2.1. Increase motor torque to remove counterbalance and improve loading operations (safety); potential reliability improvement with additional load margin during normal (slewing) operations. 2.2. Increase brake holding torque to allow for the removal of counter balance and removal of secondary brake (IFBAM). 2.3. Reduce (full) motor brake time application to less than 10 ms remove secondary brake (IFBAM), reaction time for full application of brakes is insufficient The following assumptions were made for the calculations: - Missile Rail combination, approx. 800 lbs. - Increased the loader lever arm by 20" to retain approximately loading geometry (assuming a modified shock platform is used) Modified specifications: - 45 ft-lbs min. (Background: With a 20% margin, the modified torque requirement is approx. 45 ft-lbs. (i.e. 800lbs x 194"). - 80 ft-lbs min. modified brake torque requirement - No greater than 10 ms for full brake torque application time (BACKGROUND: brake would allow for timing similar to the squib (IFBAM)) To minimize modification to the current GMLS infrastructure and to retain a much of the torque the following characteristics were requested as trade space: - Thermal (temperature) operation - Armature Current - Motor Speed (RPM) - Weight - Brush Life - Brake activation time - Brake holding torque 2.4. Technical Documentation - Contractor shall provide technical documentation for the electrical and mechanical interface, operating characteristics, prototype development test results, and include documentation of all modifications (if any) to the 2896014 Servomotor, Direct Current. 3.0 Meetings Meetings will be conducted by teleconferencing, as approved by the Contracting Officer. 3.1 Post-award Kickoff Meeting Within 10 business days of contract award, the Government will conduct a post-award kickoff meeting. (Specific date and time to be mutually agreed-upon). 3.2 Intermittent Project Status Reviews At the sole discretion of the Government, intermittent project status reviews may be conducted on an informal basis by teleconference upon 5 days advance notice, as approved by the Contracting Officer. 3.3 Prototype Status Review The Government will conduct quarterly program management reviews by teleconference to review the progress of the project, identify any risks, issues, or concerns, and provide feedback on the Contractor's progress and performance within 3 weeks of the meeting. 4.0 Glossary of Abbreviations and Acronyms FAR: Federal Acquisition Regulation IFBAM: Inadvertent Firing Brake Actuator Module ISEA: In-Service Engineering Agent NSSMS: NATO SEASPARROW SURFACE MISSILE SYSTEM NSPO: NATO SEASEASPARROW Program Office
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-18-T-0087/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043-4307, United States
Zip Code: 93043-4307
 
Record
SN05021504-W 20180808/180806230759-b6558bad6510ac17f0d24ef70ceb91cf (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.