|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1997 PSA#1844Commander, Naval Sea Systems Command, SEA 029P, 2531 Jefferson Davis
Hwy, Arlington, VA 22242-5160 J -- SHIELDED ENCLOSURE SOL N00024-97-R-9007 POC POC Jeanie Gunter,
Contracting Officer (703) 602-4519 (i) This is a combined
synopsis/solicitation for commercial items s prepared in accordance
with the format in FAR 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. (i) This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. (ii) This SOLICITATION NUMBER
N00024-97-R-9007 is issued as a request for proposal. (iii) This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular #90-45 and Defense
Acquisition Circular #91-11. (iv) FAR 52.219-1 SMALL BUSINESS PROGRAM
REPRESENTATIONS (OCT 1995) (a) (1) The Standard Industrial
Classification (SIC) code for this acquisition is 1799. (2) The small
business size standard is $700,000 (insert size standard). (3) The
small business size standard for a concern which submits an offer in
its own name, other than on a construction or service contract, but
which proposes to furnish a product which it did not itself
manufacture, is 500 employees. (b) Representations. (2) The offeror
represents and certifies as part of its offer that is [ ] is, [ ] is
not a small business concern. (2) (Complete only if offeror represented
itself as a small business concern in block (b)(1) of this section.)
The offeror represents as part of its offer that is [ ] is, [ ] is not
a small disadvantaged business concern. (3) (Complete only if offeror
represented itself as a small business concern in block (b)(1) of this
section.) The offeror represents as part of its offer that is [ ] is,
[ ] is not a women-owned business concern. (c) Definitions. `Small
business concern,' as used in this provision, means a concern,
including its affiliates, that is independently owned and operated, not
dominant in the field of operation in which it is bidding on Government
contracts, and qualified as a small business under the criteria in 13
CFR Part 121 and the size standard in paragraph 9a) of this provision.
`Small disadvantaged business concern,' as used in this provision,
means a small business concern that is (1) at least 51 percent
unconditionally owned by one or more individuals who are both socially
and economically disadvantaged, or a publicly owned business having at
least 51 percent of its stock unconditionally owned by one or more
socially and economically disadvantaged individuals, and (2) has it
management and daily business controlled by one or more such
individuals. This terms also means a small business concern that is at
least 51 percent unconditionally owned by an economically
disadvantaged Indian tribe or Native Hawaiian Organization, or a
publicly owned business having at least 51 percent of its stock
unconditionally owned by one or more of these entities, which has sits
management and daily business controlled by members of an economically
disadvantaged Indian tribe or Native Hawaiian Organization, and which
meets the requirements of 13 CFR Part 124. `Women-owned small business
concern,' as used in this provision, means a small business concern --
(1) Which is at least 51 percent owned by one or more women or, in the
case of any publicly owned business, at least 51 percent of the stock
of which is owned by one or more women; and (2) Whose management and
daily business operations are controlled by one or more women. (d)
Notice. (1) If this solicitation is for supplies and has been set
aside, in whole or in part, for small business concerns, then the
clause in this solicitation providing notice of the set-aside contains
restrictions on the source of the end items to be furnished. (2) Under
15 U.S.C. 645(d), any person who misrepresents a firm's statute as a
small business concern in order to obtain a contract to be awarded
under the preference programs established pursuant to sections 8(a),
8(d), 9, or 15 of the Small Business Act or any other provision of
Federal law that specifically references section 8(d) for a definition
of program eligibility, shall -- (I) Be punished by imposition of
fine, imprisonment, or both; (ii) Be subject to administrative
remedies, including suspension and debarment; and (iii)Be ineligible
for participation in programs conducted under the authority of the Act.
FAR 52.219-6, Notice of Total Small Business Set-Aside. (v) List of
CONTRACT LINE ITEM NUMBERS: Basic contract, CLIN 0001: Furnish and
install all labor and material to construct a secure closet around the
existing telephone equipment in the front area complete with doors and
hardware, CLIN 0002: Inspect and repair or replace all RF filter cover
screws and mounting holes. Retap "stripped" holes and furnish new
cover screws as required, CLIN 0003: Perform inspection of SCIF
perimeter and perform all work necessary to insure DCID-121 compliance.
A confidential report of inspection procedures and findings shall be
furnished, CLIN 0004: Inspect, test and service all emergency lighting
devices. Replaced all batteries as required, CLIN 0005: Design,
furnish and install in SCIF #6 (1) U-shaped plastic laminate document
control center to accommodate (2) monitor screens and (2) CPU's, (2)
pull out keyboards. (1) printer, (6) angled mail slots,, (1) sliding
gate and (1) plastic laminate wall unit over desk area for document
storage, CLIN 0006: Relocate one RF filtered convenience outlet circuit
in SCIF #6, CLIN 0007: Provide quarterly annual service on sound proof
doors in SCIF area. Service to include: clean and adjust swedge locks,
repair, admits and lubricate hinges and balance of entire door
assembly, CLIN 0008: Remove all obsolete fire detection and alarm
equipment in RF enclosure. All devices, wiring and accessories will be
removed and disposed of and all penetration to the RF enclosure will
be sealed to insure RF integrity, CLIN 0009: Furnish and install a "Z"
duct with integral exhaust fan for an existing RF wave guide below
cutoff Penetration on the RF enclosure, CLIN 0010: Remove all obsolete
and unused We11s Fargo Security alarm devices, wiring and accessories.
Patch all holes and replace all ceiling tiles as required, CLIN 0011:
Inspect all electrical devices in SCIF area and replace screws and
covers as required to close openings and resecure covers to comply with
DCID 121 and National Electric Code, CLIN 0012: Identify and remove all
obsolete and unused wiring in ceiling of SCIF area. All circuits will
be taken back to and capped off in the nearest electrical junction box.
All missing junction box covers will be furnished and installed and all
junction boxes will be secured, CLIN 00013: Furnish and install one RF
penetration and video rated RF filter to bring CCTV system into RF
enclosure to include: (1) Preliminary RF test at penetration, (2) Parts
for interface connection (a) Video interface modem isolators/TX/RX, (b)
Power Supply, (c) Fiber optic penetration (3) Follow-up RF test at
penetration and (4) Test Report, CLIN 0014: Upgrade existing CCTV
system to provide full screen zoom views of entrance area for a
designated period of time when activated by doorbell at entrance to
SCIF. After designated time elapses, the full screen zoom view will
return to normal (4) screen view mode, CLIN 0015: Inspect, adjust and
repair as required the RF room access flooring pedestal system. Floor
will be checked for correct base adhesion and brought to factory
tolerances for level and plumb, CLIN 0016: Inspect, test and service
the SCIF visitor and uncleared personnel warning system to insure DCID
121 compliance, CLIN 0017: Perform a two (2) frequency radiated test
on RF filters for RF enclosure. A test report to include test equipment
procedures and results shall be provided, CLIN 0018: Repair the main
electrical grounding system for the RF enclosure to ensure compliance
with DCID 121 and the National Electric Code, CLIN 0019: Repair the
dielectric RF enclosure penetration for the glycol piping that feed the
HVAC system in the RF enclosure, CLIN 0020: Inspect and repair as
required all sound absorbing material on SCIF walls. (vi) DESCRIPTION
OF REQUIREMENTS: The Naval Sea Systems Command HQ intends to enter into
a sole source contract with J. W. Crowder, 13897 Willard Road, Suite F,
Chantilly, Virginia to provide repairs and upgrades on a Shielded
Enclosure in a SCIF Area. The reason for a sole source is because the
Shielded Enclosure was designed from a unique specification that was
required by the Joint Cruise Missile Project Office (JCMPO), their
Contractor McDonald Douglass, in a secure area requiring RF Integrity
(DIAM 50-3 and NSA-65). It is necessary to upgrade existing equipment,
adjacent and interfacing with the SCIF, to the guidelines of the DIAM
and NSA. Drawings are not available. J. W. Crowder is the only known
contractor that has intimate knowledge of its construction, expertise
to procure broken/malfunctioning parts to the original specifications,
and can provide quick services. NavSea will consider all reasonable
offers. CLINs 0001-0020 description same as in section (v.) above.
(vii) Maintenance will occur from date of award through one year at the
Naval Sea Systems Command. (viii) FAR 52.212-1, Instructions to
Offerors-Commercial Items, is incorporated by reference and applies to
this acquisition. (ix) ADDENDUM. 52.212-2 Para. (a) The following
factors listed in order of importance shall be used to evaluate offers:
a. Must specialize in Shielding Enclosures. (b) All vendors must be in
the Washington Metropolitan Area.. (c) Must be able to provide
immediate response to emergency calls in case of mechanical malfunction
of the special automatic locking closing mechanism . (d) The applicants
must possess a SECRET Clearance. Technical capability is considered
more important than price in offer evaluation. (e) Your facility must
have a CONFIDENTIAL Clearance in the event any storage is required. The
Government will award to the offeror of the most advantageous offer to
the Government after considering technical evaluation and price. (x)
Offerors SHALL include a COMPLETE copy of the provision 52.212-3,
OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, with its
proposal. Offerors in need of this clause may contact the POC in item
11 for a copy. (xi) FAR 52.212-4. "Contract Terms and Condition --
Commercial Items" is incorporated by reference and applies to this
acquisition and resulting contracting. Type of contract: The resulting
contract will be firm fixed price. FAR 52.232-18, Electronic Funds
Transfer Payment (Apr 1984). (xii ) FAR 52.212-5, Contract Terms And
Conditions Required To Implement Statutes Or Executive
Orders-Commercial Items (Oct. 1995) is incorporated in this contract by
reference, however for paragraphs (b) and (c) only the following
provisions apply to this acquisition: FAR 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate 1. FAR 52.203-10
Price or Fee Adjustment for Illegal or Improper Activity (41
U.S.C.423). FAR 52.204-2 Security Requirements (Alternate II). FAR
52.219-8, Utilization of Small Business Concerns and Small Concerns and
Small Disadvantaged Business Concerns and Women-Owned Small Business
Concerns, FAR 52.219-14, Limitation on Subcontracting. FAR 52.222-26,
Equal Opportunity (E.O. 11246). FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans (29 U.S.C. 4212). FAR
52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793).
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C.4212). (xiii) Additional contract
requirements. N/A. (xiv) DPAS rating C9E. (xv ) CBD Numbered Note: N/A.
(xvi) One proposal is due 5/30/97 at 2:00 PM Eastern Time at the Naval
Sea Systems Command, Code 029P Bldg. NC3/Room 4E12, 2531 Jefferson
Davis Hwy, Arlington, VA 22242-5160. Offerors MUST acquaint themselves
with the NEW regulations concerning Commercial item acquisition
contained in FAR subpart 12 and must ensure that all Representations
and Certifications are executed and returned as called for in this
solicitation. (xvii) For questions regarding this specific acquisition
contact Mrs. Vernita J. Gunter (703)602-4519. (0129) Loren Data Corp. http://www.ld.com (SYN# 0060 19970513\J-0010.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|