Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1997 PSA#1844

Commander, 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