Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1998 PSA#2200

NAVAL 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