|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1998 PSA#2200NAVAL OCEANOGRAPHIC OFFICE, CONTRACTING DIVISION, CODE N41, STENNIS
SPACE CNTR, MS 39522-5001 66 -- BOTTOM FINDING SENSING PINGER SOL N62306-99-Q-C002 DUE 111398
POC CONTRACT SPECIALIST, S.R. KEEL, (228) 689-8368, E-MAIL
keels@navo.navy.mil, FAX: (28) 689-8392 (i) 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 to be issued: Request for Quotations (RFQs) are being
requested in response to this notice and no written solicitation will
be issued. (ii) RFQ/ Solicitation N62306-99-Q-C002 is applicable and
the RFQ is being under Simplified Acquisition Procedures (SAP), FAR
13.5. (iii) The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-06.
(iv) This solicitation is 100% set aside for small business 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 a firm fixed priced, Indefinite Delivery
Indefinite Quantity (IDIQ) for a base period from date of award up to
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 Bottom Finding Sensing Pingers compatible with the
Ocean Data Equipment Corporation (O.D.E.C.) Corp. BATHY-2000 System and
in accordance with Government speci- fications. The contract line item
numbers (CLINs) are as follows: CLIN 0001: A bottom finding sensing
pinger compatible with the O.D.E.C. BATHY-2000 System and as per the
specifications contained herein. (A) Operating Characteristics: The
pingers will be used to verify distance to bottom for CTD systems with
a twelve (12) bottle rosettte. The operating frequency must be 12kHz
plus of minum fifty (50) hz. The source level must be sufficient to
generate a return during a full 7000 meter cast. The signal repetition
period shall be one (1) second plus or minus fifty (50) milliseconds.
The signal pulse period will be set internally. Settings shall include
0.5 (default), 2.0 and 10.0 milliseconds. When deployed, the pinger
will not require external power. When deployed, the pingers shall be
capable of operating for up to 100 hours continuously at a one pulse
per second and a pulse period of 0.5 milliseconds. The pingers must be
capable of being recharged in place with minimal disassembly. The
supplied input power for recharging will be 120VAC at 60hz. (B)
Physical Characteristics: The pingers shall be capable of withstanding
pressures up to 10,000 PSI. The pingers shall be no more than seven
(7) inches in diameter. The pingers shall be no more than thirty two
(32) inches in length. The pingers shall not weigh more than seventy
(70) pounds including batteries. (C) Enviornmental: The pingers shall
have a minimum operating temperature range of minus five (5) degrees
Centigrade to forty three (43) degrees Centigrade. The pingers shall
operate in saltwater with salinities up to forty five (45) parts per
thousand without effecting performance. (D) Other Provisions:The
pingers are to include batteries. The batteries are to be pre-
installed on the pingers and ready for charging. Each pinger is to
include and have its own battery charger provided with each unit. (E)
Documentation: Manuals shall be included for each pinger. The manuals
shall include, but not be limited to, instruction manuals and
schematics necessary to operate, test, and maintain the pinger at the
board level. Maintenance and operating manuals complete with all
necessary repair parts lists, components, etc. identified. Pingers
shall include any accessories required for normal operation. Quantity
1 LOT. CLIN 0001AA: Base Period: Date of Award for nine (9) to twelve
(12) months, minimum quantity one (1) each, maximum quantity four (4)
each, CLIN 0001AB 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
fortwelve (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 four (4) each.
The Total Estimated Minimum Quantity for the entire anticipated
contract period minimum is set forth as one (1) each and the total
maximum quantity of twenty (20) each. (viii) Date of Delivery is sixty
-- ninety days after award. Quotations are to be submitted FOB
DESTINATION: Naval Oceanographic Office, Stennis Space Center, MS. A
copy of the Commercial Warranty for item(s) offered shall be provided
with the offer.(ix) The following Federal Acquisition Regulations (FAR)
and Defense Federal Acquistion Regulations (DFAR) Supplement provisions
and clauses apply to this solicitation. 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), FAR 52.212-3 Offeror Representations and Certifications
Commercial Items, 52.212-4 Contract Terms and Conditions Commercial
Items, DFAR 252.212-7001 Offeror Representations and Certifications
Commercial Items, and DFAR 252.225-7000/7001 Buy American Act Balance
of Payments Program Certificate are hereby incorporated by reference.
(x) Award of the contract resulting from this CBD notice/solicitation
will be made to the responsible offeror whose offer conforms with all
the requirements of the solicitation, and whose proposal is considered
to be the most advantageous to the Government. The Government reserves
the right to eliminate from further consideration those quotations
which are considered non- responsive and/or technically unacceptable.
An offeror must quote on all items in this Request for Quotations to be
eligible for award. In accordance with FAR 52.212-2 Evaluation
Commercial Items, the Government intends to make a single award to the
offeror whose total offer on all items is the considered to be the
most advantageous to the Government based on technical compliance with
the specifications and other related factors. Insert: 1. Technical:
Technical compliance of the items being offered to the specifications
contained herein. Offerors are requested to submit with their
quotations adequate item description of products offered including but
not limited to manufacturer name, part number, model number and any
additional technical information/ description in sufficient detail for
evaluatation of the quotations as to the compliance with the
specifications. Documentation may include product literature,
brochures, etc.; 2. Past Performance: Those submitting a quotation in
response to this notice are to provide past performance information
relative to the item quotes, such as past customers, customer order
number, quantities sold, price sold, Point of Contact including phone
number, name of company, of at least three (3) Government and/or
Commercial sources and any other information on past performance in
support of this factor for evaluation deemed applicable. Such as
documentation supporting the offerors committment to customer
satisfaction, the company knowledge and experience, performance record
for products and any other factors deemed relevant to past performance
excellence. 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 equal to price. (xi)
Offeror's are reminded to include a completed copy of the provision at
FAR 52.212-3, Offeror Respresentations and Certifications-Commercial
Items, DFAR 252.225-7000 Buy American Act Balance of Payments Program
Certificate. (It is the responsibility of the contractors submitting a
quotation in response to this notice to obtain, complete and return
this information with the offer). FAR Clause 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Commercial Items is hereby incorporated by reference. (xii) The
following paragraphs apply to this solicitation and any resultant
contract (b)(1) 52.203-6, (b)(2)52.203-10, (b)(3)52.219-8, (b)(5)
52.219-14, (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. 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: Sixty Months.
FAR 52.247-67 Preference for Privately Owned U.S. -- Flag Commercial
Vessels (Jun 97), FAR 52.219-6 NOTICE OF Total Small Business Set Aside
(Jul 96) 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: 252.225-7012 Preference for Certain Domestic Commodities,
DFAR Clause 252.227-7015 Technical Data-Commercial Items, 252.227-7037
Validation ofRestrictive Markings on Technical Data, 252.204-7004,
Required Central Contractor Registration, DFARS 252.232-7000 Payment by
Electronic Funds Transfer (CCR). (xiii) Offers shall be in writing,
signed, 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 Notes: Note 1 applies. All responsible
sources may submit a quotation if received in a timely manner, and
shall be considered by the agency if quotations are received by the
closing date specified herein. Offers are due by the closing time of
Noon (1200) on 13 NOV 98. Defense Priority and Allocations System
(DPAS) C9E is applicable. 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
10/09/98 (I-SN261085). (0282) Loren Data Corp. http://www.ld.com (SYN# 0222 19981014\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|