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