Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168

NAVAL OCEANOGRAPHIC OFFICE, CONTRACTING DIVISION, CODE N41, STENNIS SPACE CNTR, MS 39522-5001

58 -- DATA RECORDERS 8MM SOL N62306-98-Q-C014 DUE 092098 POC CONTRACT SPECIALIST, S.R. KEEL, (228) 689-8368 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) Solicitation N62306-98-Q-C014 is issued as a Request for Quotations under Simplified Acquisition Procedures (SAP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07. (iv) This is a full and open procurement under SIC 3812, Search Detection, Navigation, Guidance, Aeronautical and Nautical Systems, Instruments and Equipment. Size standard of 750 employees. (v) The contract type will be firm fixed priced, Indefinite Delivery Indefinite Quantity (IDIQ) for a base period of twelve (12) months, with options for up to four (4) additional option periods of twelve (12) months each. The term of the contract including options shall not exceed sixty (60) months. (vi) The scope will be for the delivery of 8mm Data Recorders as per Government speci- fications. The contract line item numbers (CLINs) are as fo.lllows: CLIN 0001: An instrumentation data recorder that uses standard 8mm and/or Hi8 8mm tapes for high performance video recording, multichannel data acquisition and meets the following specifications: (a) Number of Channels: Sixteen (16); (b) Tape configuration: Standard 8mm and/or Hi8 video recording tape of more than one manufacturer; (c) Heads: Record X 2, Reproduce X 2 (erasure is by overwriting); (d) Record Time: one (1) hour when using 106m tape); (e) Signal to Noise Ratio: 78dB or more (f) Analog Channels: Input Voltage Range: (+)(-) 0.5,1,2,5,10,20 Vp (6 ranges); Input Impedance: 100 k omega, unbalanced; Output Voltage Range: (+)(-) 1 to 5 Vp (Variable); Output Impedance: 75 omega, unbalanced (g) Digital Channels: Parallel Data: 16 bit; Serial Data: Serial bit data; Digital Out: 16 bit parallel data in real-time; (h) Frequency Response: DC to 20kHz; (i) Phase Difference Between Channels: 1 degree or less (with same input range setting); (j) Distortion: 0.5 percent or less; (k) Memo Announce: Voice recording using external microphone; (l) Clock: Year, month, day, hours, minutes, and seconds; (m) ID: record and repproduce event numbers in the range of 001 to 999; (n) Search: High speed search unising ID; (o) Control: F FWD, REW, FWD, STOP, REC, PAUSE, EJECT pursh buttons (p) Monitor: LCD bar meter display (all data channels and memo); speaker and earphone, BNC output; (q) Dimensions (not to exceed): 20 (W) X 10 (H) X 15 (D) (inches); (r) Weight (not to exceed) forty (40) pounds; (s) Power Supply: 100 to 120, 200 to 240 VAC (auto switched), 48 to 440 HZ, 11 to 30 V DC; (t) Accessories: Microphone, operators manual, power cable and rack mount kit with rack slides. Quantity 1 LOT. CLIN 0001AA: Base Period: Date of Award for twelve (12) months, minimum quantity one (1) each, maximum quantity four (4) each, CLIN0001AB First Option Period for twelve (12) months, minimum quantity one (1) each, maximum quantity four (4) each, CLIN 0001AC Second Option Period for twelve months, minimum quantity one (1) each, maximum quantity four (4) each, CLIN 0001AD Third Option Period for twelve (12) months, minimum quantity one (1) each, maximum quantity four (4) each, CLIN 0001AE Fourth Option period for twelve (12) months, minimum quantity one (1) each, maximum quantity Total Estimated Quantity for entire antcipated contract period minimum is set forth as one (1) each and maximum of twenty (20) each. (viii) Date of Delivery is sixty -- ninety days after award. FOB Destination: Naval Oceanographic Office, Stennis Space Center, MS. (ix) The following Federal Acquisition Regulations (FAR) and Defense Federal Acquistion Regulations (DFAR) Supplement provisions and clauses apply to this solicitation. (ix) Full text of these provisions and clauses can be obtained via the Internet at the following address: http www.arnet.gov far or contact the POC listed herein. Solicitation Provision at FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 97) is hereby incorporated by reference. (x) Award of the contract resulting from this solicitation will be made to the responsible offeror whose offer conforms with all the requirements of the solicitation, and whose proposal is most advantageous to the Government. The Government reserves the right to eliminate from further consideration those quotations which are considered non- responsive. An offeror must quote on all items in this Request for Quotations to be eligible for award. The Government intends to make a single award to the acceptable offeror whose total offer on all items is the most advantageous to the Government based on compliance with the specifications and other related factors. Insert: 1. Technical: Technical compliance of the items being offered meet the specifications herein. Offerors are requested to submit with their quotations adequate item description of products offered including but not limited to manufacturer, part numbers, model numbers and technical information/description in sufficient detail to evaluate quotations as to their compliance with the specifications. Documentation may include product literature, brochures, etc.; 2. Past Performance: Personnel are committed to customer satisfaction and possess the necessary knowledge and experience in this type of product, performance record of products and other related factors; 3. Price. The Government will determine the relative capability of each offeror on the basis of its relative organizational past performance on directly related or similiar contracts, its relative understanding of the Government's requirement and demonstrated ability to provide products meeting the salient characteristics and specifications conforming to customer satisfaction and requirements. Technical and past performance, when combined, are significantly more important than price. A copy of the Commercial Warranty for item(s) offered shall be provided with the offer. (xi) Offeror's are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Respresentations and Certifications-Commercial Items, as well as 252.212-7000, Offeror Representations and Certifications-Comercial Items (it is the responsibility of the contractors to obtain, complete and return this information with the offer), and 252.225-7001, Buy American Act and Balance of Payments Program, is hereby incorporated by reference. Clause 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items is hereby incoporated by reference. (xii) The following paragraphs apply to this solicitation and any resultant contract (b)(2) 52.203-10, (b)(3)52.219-8,(b)(4)52.219-9, (b)(6) 52.222-26, (b)(7)52.222-35, (b)(8)52.222-36, and (b)(9) 52.222-37. FAR Clause 52.216-18, Ordering (Oct 95), INSERT: Date of contract through twelve (12) months from issuance of contract; FAR 52.216-9, Order Limitations (Oct 95), INSERT: (a) $2,500, (b) (1) $250,000, (b) (2) $800,000, (b) (3) 30, (d) 15, are hereby incorporated by reference. FAR Clause 52.217-9 Option to Extend the Term of the contract (Mar 89), INSERT: (c) sixty (60); FAR 52.216-22 Indefinite Quantity (Oct 95), INSERT: Six Months, 52.247-67 Preference for Privately Owned U.S. -- Flag Commercial Vessels (Jun 97) are hereby incorporated by reference. DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is hereby incorporated by reference with any other additional DFAR clauses included in this solicitation and/or any resulting contract as follows: 252.225-225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data-Commercial Items, 252.227-7037 Validation ofRestrictive Markings on Technical Data, 252.204-7004, Required Central Contractor Registration. (xiii) Offers shall be in writing, signed and dated and must be submitted to Naval Oceanographic Office, Code N412, B.9134, 1002 Balch Blvd., Stennis Space Center, MS 39522-5001, Attn: S.R.Keel. See number Note: 1. All responsible sources may submit a quotation and all quotations received by the closing date specified herein shall be considered by the agency. Offers are due by the closing time of Noon (1200) on 21 SEP 98. All questions or clarifications must be made in writing and faxed to (228) 689-8392, E-mailed to keels@navo.navy.mil, or mailed to the address cited above. Posted 08/25/98 (I-SN241684). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0329 19980827\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page