Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1998 PSA#2127

Naval Research Laboratory (NRL-SSC), Attn: Code 3250, Building 1100, Room 109, Stennis Space Center, MS 39529-5004

66 -- UPGRADE TO AN EXISTING GLOBAL POSITIONING SYSTEM SIGNAL SIMULATOR SOL N00173-98-R-AS03 (8as03rfp.doc) POC Ann Sharpe; Contract Specialist, Code 3235.AS, John W. Adams, III; Contracting Officer, 228-688-5784 WEB: Click here to download a copy of N00173-98-R-AS03, http://heron.nrl.navy.mil/contracts/home.htm. E-MAIL: Click here to contact Contracting Officer, SSCCONTRACTS@nrlssc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a request for proposal (RFP) number N00173-98-R-AS03. The Naval Research Laboratory has a requirement to upgrade an existing Global Positioning System (GPS) Signal Simulator, Model No. STR-2760, manufactured by Global Simulator Systems/Northern Telecom. This procurement is contemplated to be acquired from Global Simulator Systems, Schaumburg, IL, on a non-competitive basis. Authority: 10 USC 2304(c)(1). Justification: Supplies (or services) required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. Engineering development considerations for configuration, capabilities and packaging are proprietary to Global Simulator Systems. Complete data is not available. The upgrade must be fully functionally and operationally compatible with existing Government-owned Global Simulator Systems GPS signal simulator, Model STR-2760, for programming, intercalibration and measurements. The existing system consists of two signal generators and two workstations. The required upgrade, GPS Model STR-2760 Multi-Channel GPS Simulator, shall update the existing hardware, firmware and software so that it shall be able to simulate the very unusual condition of having a receiver on each of two user satellite platforms with two antennas on each satellite. This requires the simulator to generate 40 GPS satellite signals in specific relationships. The upgrade shall be factory installed into the existing System and delivered to the Naval Research Laboratory, Washington, D.C. The existing system shall receive a factory stand-alone calibration, then a factory system calibration as a master, auxiliary system. All of the components of the upgraded system shall be integrated into a four-box system controlled by a single workstation. A distribution package, alignment and on-Government-site calibration shall be provided upon completion of the upgrade. Updates to User, Operation and maintenance manuals, with release notes and other commercial documentation, shall be provided. A three-month, on-Government-site technical assistance warranty shall be provided, which shall begin upon delivery and Government's acceptance. The desired delivery, FOB Destination to NRL Washington, D.C., of this upgrade shall be 90 days (required 120 days) after contract award, and on-Government-site calibration desired delivery no longer than 30 days (required 45 days) after delivery of the upgrade. Government acceptance will be at the completion of the on-Government-site calibration. The items to be furnished hereunder shall be delivered, all transportation charges paid by the Contractor. The Government will accept at FOB destination, NRL, Washington, D.C. 20375. All responsible sources may submit an offer which will be considered. The incorporated Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Supplement (DFARS) provisions and clauses of this acquisition are those in effect through Federal Acquisition Circular 97-4 and for Defense Acquisition Circular 91-13. The FAR and DFARS provisions and clauses are hereby incorporated by reference. For full text of FAR and DFARS provisions and clauses see "http://farsite.hill.af.mil/." Offerors are advised to propose in accordance with the provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. Offerors are advised to include with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items and DRFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certification. Offerors will be evaluated in accordance with FAR 52.212-2, Evaluation -- Commercial Items. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is: (1) Technical capability of the item offered to meet the Government's minimum needs based on examination of product literature, (2) Past Performance [see FAR 52.212-1(b)(10)], and (3) Price. Technical capability and past performance, when combined, are of significant more importance when compared to price. The following FAR clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items. The additional FAR clauses cited under FAR 52.212-5 that are applicable to this acquisition are: 52.212-5, 52.203-6, 52.219-8. 52.222-26, 52.222-35, 52.222-37, 52.225-3, and 52.225-18. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The additional DFARS clauses cited under DFARS 252.212-7001 that are applicable to this acquisition are: 252.225-7001, 252.225-7012, 252.225-7015, 252.225-7036, 252.227-7015, and 252.227-7037. Any contract awarded as a result of this solicitation will be rated DO A7 order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor shall be required to follow all of the requirements of this regulation. Offers shall be delivered to the Procuring Contracting Officer, Code 3235:AS, Naval Research Laboratory, Department of the Navy, Stennis Space Center, MS 39529-5004, and received no later than 3:00 PM CST, 17 JULY 1998. Any proposal package should be marked: RFP N00173-98-R-AS03, Closing Date: 7/24/98. Any package shall contain three (3) each copy of the technical portion of the proposal; and one (1) copy of the cost proposal. For information regarding this solicitation, contact Ann Sharpe, Contract Specialist, at 228-688-5784. The Government will not pay for any documents or information received as a result of this notice/solicitation package. NRL uses Electronic Commerce (EC) to issue RFPs and amendments to RFPs. Paper copies of this RFP will not be provided. LINKURL: NA/ LINKDESC: NA/ EMAILADD: SSCCONTRACTS@nrlssc.navy.mil EMAILDESC: <A HREF="mailto:SSCCONTRACTS@nrlssc.navy.mil EMAILDESC: Click">Click</A> here to contact the Contracting Officer, L. Ann Sharpe via e-mail Posted 06/26/98 (0177)

Loren Data Corp. http://www.ld.com (SYN# 0328 19980630\66-0012.SOL)


66 - Instruments and Laboratory Equipment Index Page