|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1998 PSA#2235Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center
Aircraft Division, Patuxent River, MD 20670-5304 66 -- RAPID COMPUTER AUTOMATED SCANNING SYSTEM FOR SCANNING AND
EXTRACTING ANTOROPOMETRIC DATA FROM THE HUMAN FORM SOL N00421-99-R-1139
DUE 010499 POC Arlene Berts,Contract Specialist 301-342-1825 Ext.163,
Nancy F. Kuzmick, Contracting Officer 301-342-1825 Ext. 150 WEB: Click
here to download a copy of combination synopsis/solicitation,
http://www.navair.navy.mil/contracts. E-MAIL: Contact the Contract
Specialist at this e-mail address, bertsaf@navair.navy.mil. 66 --
RAPID, COMPUTER AUTOMATED SCANNING SYSTEM FOR SCANNING AND EXTRACTING
ANTHROPOMETRIC DATA FROM THE HUMAN FORM N00421-99-R-1139 DUE 04 JANUARY
1999 BY 2:30 PM EASTERN STANDARD TIME, POC Contract Specialist, Arlene
Berts (301)342-1825 Ext 163. Nancy F. Kuzmick, Contracting Officer.
E-Mail: BertAF@navair.navy.mil. The Naval Air Warfare Center Aircraft
Division (NAWCAD) Patuxent River has a requirement to procure (2)
rapid, computer automated scanning systems appropriate for scanning and
extracting anthropometric data on Naval aviators at shore-based
installations. This is a combined synopsis/solicitation for commercial
items prepared in accordance with the formal prescribed in the Federal
Acquisition Regulation (FAR), Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation for which proposals are being
requested and a written solicitation will not be issued. Solicitation
Number N00421-99-R-1139 is issued as a request for proposal (RFP). The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular, FAC 97-09 and Defense Acquisition
Circular, DAC 98-01and Defense Change Notice DCN 98-1014. This action
is 100% set aside for small businesses. The applicable SIC is 6635 and
the small business size is 500 employees. The Naval Air Warfare Center
Aircraft Division (NAWCAD), Patuxent River, MD proposes a Firm Fixed
Price (FFP) Contract for this procurement. Interested parties must
respond electronically via e-mail. All amendments shall be sent
electronically. All responsible sources solicited may submit a proposal
which shall be considered. No telephone request will be accepted. The
solicitation will be available over the Internet in Word 6.0TM format
and will reside on the NAVAIR Home Page, located on the World Wide Web
(WWW). The WWW server may be accessed using client servers such as
MOSAIC and NETSCAPE. The www address, or URL, for the NAVAIR Home Page
is http://www.navair.navy.mil/contracts The contract line item is:
CLIN 0001 -- (2 EA) -- . The system must meet the following minimum
requirements. Hardware and operating software must use computer
equipment commonly supported in the Naval operational environment which
are personal computers (PC) based on the Microsoft Windows operating
system. The system must be capable of being run by Naval personnel with
a minimum of a general high school education. Scan heads shall be
designed such that the risk of injury to the subject or system is
negligible. The system shall require no contact with the scan subject
to provide scans or extracted measurements. The scan volume of the
system must be such that standard anthropometric seated and standing
scans can be provided. The standing scans can be incomplete as to the
top of the head, fingers, and feet. The system must output scan data
files that can be exported to other Department of Defense scanner
systems. The base scanner system shall be modular in design such that
scan volume and/orresolution can be varied. The system shall include
all optical, mechanical, and computational hardware, along with all
required software to acquire, process, store, retrieve, and display the
data in both tabular and perspective views. The system must be capable
of disassembly, shipment, and/or manual transport. Components must be
able to be moved by two people, and must fit through 65 inches wide
double doors. It is preferred that the system be able to fit in a room
with a 9 feet high ceiling. The assembly and calibration process must
be able to occur within 10 hours. It is preferred that the system be
able to operate using foreign A/C power sources. The subject shall be
measured so as to provide samples range data on a mesh such that the
spacing between neighboring points never exceeds 3 mm on the surface of
the scan. For multiple scans of the same point on a stationary object,
the desired accuracy of each data point is such that the extracted
value shall be within two standard deviations of a mechanical
measurement. The offeror is required to submit accuracy and resolution
data. Measurement extraction software for standing measurements is
required, and for seated measurements, is desired. Measurement
extraction software shall be integrated with scanner operating
software. Measurement extraction files shall also be compatible with
commercial off-the shelf, apparel CAD and engineering CAD software. The
offeror is required to submit evidence of measurement validation,
integration, and compatibility per this announcement. The systems must
be Y2K compliant. WARRANTY -- The contractor shall extend to the
Government full coverage of any standard commercial warranty normally
offered on a similar commercial sale. Acceptance of the warranty does
not waive the Government's right under the Inspection Clause, nor does
it limit the Government's rights with regard to the other terms and
conditions of this contract. In the event of a conflict the terms and
conditions of the contract shall take precedence over the warranty.The
warranty period shall begin upon final acceptance of the deliverable
listed in the schedule. The contractor shall deliver (2) complete
systems (120) days after award of contract. Inspection and acceptance
shall be made at destination. FAR 52.212-1 Instructions to Offerors --
Commercial Items (AUG 1998) is incorporated by reference and applies
to this acquisition. The provision at 52-212-2 Evaluation -- Commercial
Items (OCT 1997) does not apply to this acquisition. Instead, the
following information will be used for evaluation of offerors: an award
shall be made to that responsible offeror submitting a technically
acceptable proposal and offering the lowest evaluated price. Price
shall be the deciding factor among technically acceptable proposals. To
be technically acceptable, the offeror's technical proposal must be
evaluated as technically acceptable for each of the requirements listed
above. Technical acceptability will be determined solely on the content
and merit of the information submitted in response to this provision.
Therefore, it is incumbent on the offeror to provide sufficient
technical literature, documentation, etc. in order for the Government
to make an adequate technical assessment of the proposal. The price
proposal shall be evaluated on the overall lowest price to the
Government. The offeror shall provide backup information verifying the
price offered, e.g. a copy of current catalog, three invoices for the
same equipment, etc. A written notice of award or acceptance of an
offer, mailed or otherwise furnished to the successful offeror within
the time for acceptance specified in the offer, shall result in a
binding contract without further action by either party. Before the
offer's specified expiration time, the Government may accept an offer
(or part of an offer), whether or not there are negotiations after its
receipt, unless a written notice of withdrawal is received before
award. Each offeror shall include a completed copy of the provision at
FAR 52.212.3, Offeror Representations and Certifications -- Commercial
Items (OCT 1998) with its proposal. FAR 52.212-4 Contract Terms and
Conditions -- Commercial Items (APR 1998) is incorporated by reference
and applies to this acquisition. The clause at 52.212-5 Contract Terms
and Conditions Required to Implement Executive Orders -- Commercial
Items (OCT 1998) is incorporated by reference, however, for paragraph
(b) only the following clauses apply to this acquisition. 52.212-5(b):
52.203-6 Restrictions on Subcontractor Sales to the Government
(Alternate I) (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal
or Improper Activity (JAN 1997), 52.219-8 Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns (JUN 1997),
52.204-6 Data Universal Numbering System (DUNS) Number (APR 1998),
52.219-14 Limitation on Subcontracting (DEC 1996), 52.222-26 Equal
Opportunity (APR 1984), 52.222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era (APR 1998), 52.222-36
Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37
Employment Reports on Disabled Veterans and Veterans of the Vietnam
Era (APR 1998). Additionally, each offeror shall include a completed
copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror
Representations and Certification -- Commercial Items (NOV 1995).
DFARS clause 252.212-7001 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (OCT 1998) is incorporated by
reference, however, for paragraph (b) only the following apply
252.225-7001 Buy American Act and Balance of Payments Program (OCT
1998), 252.225-7007 Trade Agreements (JUNE 1997), 252.225-7012
Preference of Certain Domestic Commodities (SEPT 1997), 252.227-7015
Technical Data -- Commercial Items (NOV 1995), 252.227-7037 Validation
of Restrictive Markings on Technical Data (NOV 1995), 252.225-7012
Preference for Certain Domestic Commodities (NOV 1995), and
5252.246.9503 Year 2000 Compliance (OCT 1998) (which can be viewed in
full text on the NAVAIR Website at www.navair.navy.mil/contracts). Any
questions regarding this solicitation must be received by 15 DEC 1998.
Offers are due to Arlene Berts, Contract Specialist, Contracts
Competency, Code 254228, Bldg 588, Suite 2, NAWCAD, 47253 Whalen Road,
Unit 588, Patuxent River, MD 20670-1463, by 2:30 PM Eastern Standard
Time 04 January 1999. For information regarding this solicitation
contact Arlene Berts (301) 342-1825 ext 163. For copies of FAR
provision 52.212-3 or DFARS provision 252.212-7000, E-mail or your
request to Arlene Berts, 301-342-1864/1847. Posted 12/02/98
(W-SN276146). (0336) Loren Data Corp. http://www.ld.com (SYN# 0215 19981204\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|