|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1997 PSA#1825Port Hueneme Division (Code 5F00), Naval Surface Warfare Center, 4363
Missile Way, Port Hueneme, CA 93043-4307 70 -- NITRO60-50.1 16MB PROCESSOR BOARD SCSI/ETHERNET CABLE SERIAL
CABLE SOL N63394-97-R-2207 DUE 042897 POC Contract Specialist, SUSAN V.
SAQUI, (805) 982-0642, Contracting Officer, NANCY G. ALPAY, (805)
982-0411 This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR 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. Solicitation
N63394-97-R-2207 is issued as a Request for Proposal (RFP). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal acquisition Circular 90-43. The Standard
Industrial Classification Code (SIC) is 7050 and the business size is
500 employees. The contract line items, quantities and unit of measure
are: CLIN 0001 -- 63 Each Nitro60-50.1 -- 16MB Processor Board, CLIN
0002 -- 63 Each SCSI/Ethernet Cable, CLIN 0003 -- 63 Each Serial Cable.
CLIN 0001 shall meet the following specification criteria in order for
the Single Board Computer (SBC) to function within the Battle Force
Tactical Training (BFTT) System. Hardware Criteria: Meet IEEE STD
1014-1987, 6U x 160mm VME Board (occupies a single-slot). CPU: Motorola
68060 operating at 50 MHZ. On Board Memory: 16 MB of RAM (DRAM is
acceptable), RAM shall be dual-ported to VME bus. Interfaces: Shall
support standard ethernet connection via the P2 VME connector, shall
support standard DB-9, DB-15, or micro DB-9 RS-232 connections via the
front panel, shall support standard SCSI-2 connection via the P2 VME
connector, support of SCSI and ethernet interfaces via a transition
panel occupying a VME slot is NOT acceptable, VME Interface shall be
implemented via a VIC64 chip. Software Criteria: Must support VxWorks
version 5.3 operating system, must have a VxWorks Board Support Package
(BSP). CLIN 0002 must meet the following specificaton criteria: 8-bit
single-ended SCSI/Ethernet cable (two internal devices). Connects from
P2 bus directly to enclosure back panel. 64-Pin female DIN
connector(P2) to two 50-pin female transition connectors (SCSI) and one
female DB15 connector (Ethernet). CLIN 0003 must meet the following
specification criteria: RS-232 serial cable. Connects from front panel
of board directly to enclosure back panel. 28- pin high-density male
D connector to two female DB25 connectors. The proposal shall include
descriptive literature containing sufficient technical documentation to
establish a bona fide capability to meet this requirement. This
procurement is intended to be used in the Battle Force Tactical
Training System. Drawings relating to the procurement are not
available. Port Hueneme Division, Naval Surface Warfare Center requires
delivery of CLIN 0001, CLIN 0002 and CLIN 0003 on 13 May 1997. Partial
and early deliveries are authorized. Delivery shall be FOB
Destination, Port Hueneme Division, Naval Surface Warfare Center, 4363
Missile Way, (Code 4L12) Port Hueneme, CA 93043-4307. Only FOB
Destination will be considered. The offeror shall provide their
Standard Commercial Warranty and include information on length of
warranty, effective date, specific terms and conditions and warranty
service provider with company name and telephone number. The provision
at FAR 52.212-1, Instruction to Offerors -- Commercial Items, applies
to this acquisition. The Government intends to evaluate offers and
award a contract without discussions with offerors. Therefore, the
offeror's initial offer should contain the offeror's best terms from a
price and technical standpoint. However, the Government reserves the
right to conduct discussions if later determined by the Contracting
Officer to be necessary. SUP 5252.15-9402 Notice to Prospective
Offerors (JAN 1992) applies. This procurement is subject to the Navy's
Contractor Evaluation System, Red/Yellow/Green (RYG) Program. RYG is
authorized by the Assistant Secretary of the Navy (Research,
Development and Acquisition) for the acquisition of commodities used to
build and maintain the fleet -- materials, parts and components of
ships, planes and weapon system. The Government reserves the right to
award to the contractor whose offer represents the best overall value
to the Government. As such, the basis for contract award will include
an evaluation of proposed contractor's quality performance history. The
price to be considered in determining best value will be the evaluated
price after Technical Evaluation Adjustments (TEAs) for related
quality assurance actions, as applicble, are applied to the offered
price. The procedures described in the clause of this solicitation
entitled "Additional Evaluation Factors -- Contractor Evaluation
System, Red/Yellow/Green Program (June 1994)" will be used by the
Contracting Officer to assist in determining the best value for the
Government -- price, past quality performance and other factors
considered. FAR 52.215-18 Facsimile Proposals applies. The receiving
facsimile number is (805) 982-5746 or (805) 982-0640. The offeror is
required to submit a completed copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications -- Commercial Items (Jun
1996), and a completed copy of DFAR 252.212-7000, Offeror
Representations and Certifications -- Commercial Items, with its offer.
Provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 1995)
applies to this acquisition. The Government intends to award a contract
resulting from this solicitation to the lowest-priced technically
acceptable responsible offeror and evaluate past performance in
accordance with SUP 5252.215-9403 Additional Evaluation Factors --
Contractor Evaluation System, Red/Yellow/Green Program (June 1994)
applies. (a) This procurement is subject to the Navy's Contractor
Evaluation System, Red/Yellow/Green (RYG) Program, authorized by the
Assistant Secretary of the Navy (Research, Development and Acquisition)
for the acquisition of specific commodities by participating
activities. (b) The purpose of RYG is to assist contracting personnel
during source selection to determine the best value for the Government
-- price, past quality performance, and other factors considered. The
program uses accumulated contractor quality performance data to
classify contractor's performance by Federal Supply Classification as
either red (high risk), yellow (moderate risk), or green (low risk),
based on the degree of risk to the Government of receiving poor quality
products. Classifications are not applied to first time offerors or
offerors for whom current, up-to-date quality performance history is
unavailable. Such offerors are labeled "Insufficient Data" contractors.
Additional quality actions may be needed, but TEAs will not be assesses
for "innsufficient data" contractors. (c) A Technical Evaluation
Adjustment (TEA) is a monetary assessment added to the price of
selected commodities that have been classified red or yellow for
specific contractors. A TEA is based on the cost to the Government for
effecting additional quality considerations that would otherwise not
be required if award were made to the contractor with a satisfactory
performance history. During evaluation of quotations, the need for
additional quality assurance actions will be determined, and the
applicable TEA will be added to the quoted price of the red or yellow
commodity. After consideration of any other pertinent, price-related
factors (e.g., transportation charges, first article testing, discount
terms), the adjusted price becomes the basis for determining award of
the contract. A contractor's commodity classification may change over
time as new or revised quality performance data becomes available. (d)
RYG classifications are summarized as follows: (1) Green is low risk.
No extraordinary quality requirements or additional quality actions
needed; satisfactory quality history. (2) Yellow is moderate risk.
History of quality problems; special quality requirements/actions
needed; TEA applies to offered price. (3) Red is high risk. Special
alert to history of poor quality performance; TEA applied to offered
price, and contract award requires higher level approval. Insufficient
data applies to commodities of first time offerors or offerors for
whom current, up-to-date quality performancehistory is unavailable;
additional quality actions may be needed and invoked, but a TEA shall
not be assessed. (e) Prospective offerors may address questions about
their classifications to the Naval Sea Systems Command Detachment,
Naval Material Quality Assessment Office, Federal Building, Room 400,
80 Daniel Street, Portsmouth, NH 03801-3884, Telephone (603) 431- 9460.
FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to
this acquisition. FAR 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders- Commercial Items (Aug 1996)
is incorporated in this solicitation; however, only the following
additional clauses apply to this acquisition: FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 USC 253g and 10 USC 2402); FAR 52.203-10, Price or Fee Adjustment
for Illegal or Improper Activity (41USC 423); FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped
Workers and FAR 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era. FAR 52.222-25, Affirmative
Action Compliance; DFAR 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items and DFAR 252.225-7001, Buy
American Act and Balance of Payment Programs, applies to this
acquisition. FAR 52.247-34, FOB Destination and FAR 52.232-28,
Electronic Funds applies. DO rating is A3. Interested parties shall
submit offers which include the 11 items outlines in FAR 52.212-1(b) to
Port Hueneme Division, Naval Surface Warfare Center, 4363 Missile Way,
(Code 5F22), Port Hueneme, CA 93043-4307 to the attention of Ms. Susie
Saqui NLT 2 PM Pacific Time, 28 April 1997 or fifteen days after the
publication date of this synopsis/solicitation whichever is later.
(0104) Loren Data Corp. http://www.ld.com (SYN# 0279 19970416\70-0004.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|