Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1998 PSA#2112

Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

58 -- LASER BORELIGHT DEVICE SOL N00164-98-R-0094 DUE 061998 POC Ms. Mary T. Sturgis, Code 1165ZK, 812-854-3730, fax 812-854-3465/Ms. Marty Sheetz, Contracting Officer WEB: Naval Surface Warfare Center, Crane Division's homepage, www.crane.navy.mil. . ITEM 0001 -Borelight Accessory Devices with 3 Mandrel Set, quantity of 6,250 each minimum and 4,625 maximum, Insight Technology P/N LBS-001or Equal in accordance with the Salient Characteristics listed below. This requirement is not reserved for small business. Items are DO rated. The associated Standard Industrial Classification (SIC) code is 3812 and the small business size standard is 750 employees. A firm-fixed price supply type contract with options is anticipated for these items. The contract period of performance is five years from effective date of contract award. Delivery is 150 days from effective date of delivery order award with monthly deliveries thereafter. The agency authorized to place delivery orders against this contract is: Crane Division, Naval Surface Warfare Center (NAVSURFWARCENDIV Crane), Crane, IN 47522. Delivery orders will be placed against this contract by the Government using a DD1155 format. Delivery orders placed under this contract will be placed by the Government no later than 5 years from the effective date of contract award. Delivery shall be FOB Destination to Defense Distribution Depot Albany, Transportation Officer, Bldg. 1221 Bay 5 Door 2, Albany, GA 31704-1128, ATTN: Ms. Judy Butt (912) 439-6613; except for the first five (5) systems, which shall be FOB Destination to Receiving Officer, NAVSURFWARCENDIV Crane, Bldg. 41SE, Code 1121A, 300 Highway 361, Crane, IN 47522-5000, ATTN: Jim Schantz, Bldg. 3291, Code 805. 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. This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. The solicitation number is N00164-98-R-0094 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04, Defense Acquisition Circular 91-13, NAPS 97-4, NAVSEA Clause Book Changes 93-4 AND NAVSEA Procurement Policies & Guidance 98-34. The following provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (APR 1998); Addendum to FAR 52.212-1 is as follows: Paragraph (a) is modified as follows: The SIC code and small business size standard for this acquisition appears in Block 17 of this synopsis/solicitation. Paragraph (b) (10) add the following: Each offeror is required to submit a list of its three (3) most recent contracts for the same or similar item (include the name, address, contract number and phone number for two points of contact for each reference). Paragraph (d) add: A quantity of 3 each product samples is to be submitted to NSWC Crane by the closing date of this solicitation. Address to submit the product samples is: NAVSURFWARCENDIV Crane, Bldg. 3291, Code 805, ATTN: Jim Schantz, 300 Highway 361, Crane, IN 47522-5000. Add Paragraph (k): Faxed offers are acceptable. Fax to 812-854-5666 or 812-854-3465. FAR 52.212-2, Evaluation-Commercial Items (OCT 1997); Addendum to FAR 52.212-2 is as follows: Paragraph (a) is modified as follows: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Product Samples, Past Performance and price. Each offeror is required to submit three (3) product samples by the closing date of the solicitation. Product Samples shall be evaluated to determine compliance with Brand Name or Equal salient characteristics. Each offeror is required to submit a list of its three (3) most recent contracts for the same or similar item (include the name, address, contract number and phone number for two points of contact for each reference). The Contracting Officer may evaluate the offerors past performance based upon the information furnished by the offeror, or that is reasonably available. The Contracting Officer, may use all information that is available, including information not provided by the offeror, in the past performance evaluation. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will not be rated favorably or unfavorably on past performance. The Product Sample Factor is of more importance than the Past Performance Factor. Both the Product Sample Factor and Past Performance Factor are significantly more important than the Price Factor." Paragraph (b) is deleted. Offerors are to include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JAN 1997) with your offer. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998) applies to this acquisition. Addendum to FAR 52.212-4 is as follows: Paragraph (a) is modified as follows: Inspection/Acceptance. Final inspection and acceptance shall be at source by the cognizant DCMAO office with the exception of the first five (5) systems which shall have initial inspection done at source by the cognizant DCMAO with final inspection and acceptance done at NAVSURFWARCENDIV Crane. The Government shall accept/reject supplies to be provided hereunder within 45 days after receipt of supplies at NAVSURFWARCENDIV Crane. Inspection shall be in accordance with the contractor's commercially available performance specification. Paragraph (o) add: A Standard commercial one-year warranty is required. Provide a copy of the Contractor's Standard Commercial Warranty with offer. The clause FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (APR 1998) applies to this acquisition. Specific clauses within FAR 52.212-5 which apply are: 52.203-6, 52.219-8, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-18. Other clauses incorporated in this solicitation: (in full) Expediting Contract closeout (NAVSEA) (DEC 1995); SPECIAL NOTICE. Other applicable FAR and DFAR clauses (incorporated by reference): FAR 52.242-15 Stop-Work Order (AUG 1989), FAR 52.215-10, FAR 52215-12, FAR 52.243-1, DFAR 252.204-7004, DFAR 252.225-7002. Provision DFAR 252.211-7003 Brand Name or Equal is applicable. If offering an "Equal" item, the offeror shall provide the following information: Manufacturer's Name, Model number, Options, and Part number. Clause DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 1998)applies to this solicitation; clauses incorporated by reference DFAR 252.219-7003, 252.219-7006, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002. The clause FAR 52.216-18, Ordering (OCT 1995) applies to this acquisition. Paragraph (a) is completed as follows: Such orders may be issued from 1 day through 60 months from the effective date of the contract. The clause FAR 52.216-19, Order Limitations (OCT 1995) applies tothis acquisition. Paragraph (a) is completed as follows: Minimum Order -- 1 each. Paragraph (b) is completed as follows: Maximum Order -- (1) Any order for a single item in excess of 6,250 each, (2) any order for a combination of items in excess of 10,875 each, (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. The clause FAR 52.216-22, Indefinite Quantity (OCT 1995) applies to this acquisition. Paragraph (d) is completed as follows: after delivery of the last delivery order issued under this contract. Salient Characteristics: 1) The Laser Borelight is used to boresight the AN/PAQ-4C, AN/PEQ-2A, AN/PAS-13 (TWS) and TVS-5 to Marine Corps issued 5.56mm, 7.62mm and .50 caliber weapons. The laser borelight is a tool that enables boresight alignment of intended weapon during daylight, low light and darkness without discharge of weapon. 2) The standard shall include interfaces that boresight all 5.56mm, 7.62mm, and .50 caliber weapons. The interface mechanisms shall be easily installed, removable and interchangeable. The interfaces shall not cause damage to weapon's barrel. All interfaces shall retain adequate tightness when installed into the weapon's barrel, including after repeated use. 3) The standard shall not require the use of special tools to install or remove borelight from weapon. 4) The standard shall have windage and elevation adjustments for the projected laser light. These adjustments shall be located within the laser body. Windage and elevation adjustments shall have repeatability increments that maintain setting and are adjustable without use of special tools. The windage and elevation adjustment range shall allow for boresighting at distances from 10 meters to 300 meters. If adjustment caps are present, they shall be captive to borelight body. The adjusters shall be tactile with increments of no more than .5 milliradians. The movement of projected laser beam during adjustmentsshall track in a true vertical and horizontal line. The adjusters shall have positive stops at each end of adjustment range. 5) The standard shall allow user to determine orientation of laser body during low light and darkness conditions. 6) The laser borelight shall have a simple on/off switch that is adequately protected by being recessed or positioned to disallow damage during rough handling or accidental activation of laser. It is preferred that on/off switch is located away from output of laser beam. 7) The laser beam shall be visible to the naked or unaided eye. The laser beam shall contain 90 percent of total energy within a beam divergence of no more than 0.8 milliradians. The laser beam shall have uniform quality and be circular in shape at target. 8) The laser borelight shall be classified and labeled by manufacture in accordance with MIL-STD-1425A or CFR Title 21, part 1040.10. This includes recommendations form the Navy's Laser Safety Review Board. 9) The standard shall have labels to show adjustments, direction of laser beam output, on/off position, serial number and all other regulatory required markings. 10) The laser borelight shall be powered by commercially available batteries, such as 1.5 volt AA, or BA-3058/U. The batteries shall be changeable without use of special tools or facilities. 11) The standard shall be of same configuration and interchangeable without selective assembly. 12) The standard shall have a width of 1.25 inches, or less; 2.5 inches height, or less; laser body shall have a length of 5.5 inches, or less. 13) The standard shall have a maximum weight of 16 ounces, which includes borelight body, standard interfaces, one AA battery and soft carrying bag. 14) The standard shall demonstrate the ability to boresight Marine Corps weapons using various sights and laser pointers to battesight zero without the discharge of these weapons. The standard shall be placed approximately 10 meters from alignment target, which shall produce alignment of weapon(s) at approximately 300 meters. 15) The standard shall include plastic laminated targets with predetermined offsets as derived from the weapon and sight/device combinations. These offsets when transferred to the weapon at 10 meters will result in the boresighting of the weapon at 300 meters. The borelight system shall be supplied with a measuring device to quickly determine 10 meters distance. 16) The standard shall meet the performance requirements as specified herein without failure and after being subjected to the following environments or conditions: The borelight shall operate in the ON position for a minimum of (8) hours without changing batteries at 23 C 10 C. Exhibit neither damage nor degradation of performance when operated in a temperature environment of -46 C to+49 C, stored at nonoperating in a temperature environment of -46 C to +71 C and exposed to temperature shock between -46 C to+49 C. Exhibit no damage, leakage, or intake of moisture when exposed to high levels of humidity. Exhibit neither damage nor degradation of performance when exposed to a salt fog atmosphere consisting of 5 1 percent of salt solution for 96 hours. Exhibit neither damage nor degradation of performance when at altitudes up to 10,000 feet ASL. Withstand shock when dropped onto packed sod at 2 meters height. Withstand vibration that is typical to loose cargo, deployment and typical of Marine Corps missions. 17) Weapon Sight Combinations WEAPONS 5.56mm 7.62mm .50 cal M16/A2 M249 M4 M60 M24 M240 M2 M82 AN/PAS-13 AN/PAQ-4C AN/PEQ-2A TVS-5 Offers are to be received at NAVSURFWARCENDIV Crane, Bldg. 64 Bid Box, 300 Highway 361, Crane, IN 47522-5000 by 3:00 PM (Local time) on 19 June 1998. Reference solicitation number N00164-98-R-0094 on offer. Offers may be sent via facsimile and must be followed up with a hard copy. For information regarding the solicitation, contact Ms. Mary T. Sturgis, (812) 854-3730 or facsimile (812) 854-5666 or 3465. All responsible sources may submit an offer which shall be considered by this agency. (0156)

Loren Data Corp. http://www.ld.com (SYN# 0256 19980609\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page