|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 A -- FLIGHT SUPPORT OF SENSOR R&D SOL N00173-00-R-DB04 POC Daniel
Brinkworth, Contract Specialist, Code 3230.DB (202)767-6746, Carol
Parnell, Contracting Officer E-MAIL: click here,
brinkworth@contracts.nrl.navy.mil. 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; proposals are being requested and a written
solicitation will not be issued. Solicitation number N00173-00-R-DB04
is issued as a request for proposal (RFP). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-16 and DFARS Change Notice 20000316.
This RFP is being issued under full and open competition. The standard
industrial classification code is 3812 with a small business size
standard of 750 employees. CLIN 0001, The contractor shall provide
aircraft and personnel for aerial research in accordance with the
Statement of Work. Maximum Not-To-Exceed $1,000,000, 0001AA Year 1
$__per hr., 0001AB Year 2 $__per hr., 0001AC Year 3 $__per hr., 0001AD
Year 4 $__per hr., 0001AE Year 5 $__per hr. In addition to the hourly
price for aircraft and personnel, the contractor should include in his
hourly price, anticipated expenses associated with the research
location and ferrying the aircraft DESCRIPTION; The Naval Research
Laboratory (NRL) requirement for an indefinite quantity of flight hours
and services. The contractor shall support sensor research and
development by providing an appropriate airborne platform, required
flight crew, and technical support for two to three research and
development missions per year, over a five-year period of performance.
A typical research mission will require approximately 40 flight hours
plus ferrying the aircraft to designated research location. This
represents approximately 4 flight hours per day and 10 flight days
spread over a two week mission. The research aircraft shall fly up to
a ceiling of at least 12,000 feet and a top speed of at least 100
knots. For remote sensing data collections, the research aircraft must
be able to maintain level flight over a range of 50 to 100 knots, over
the altitude range of 4,000 feet to 10,000 feet. It must accommodate up
to 3,000 pounds of payload (equipment, sensors, and three personnel) in
a walk-around cabin with a minimum dimensions of 10'L x 6'W x 5'10"H.
It must provide a 12" diameter or larger viewport in the bottom of the
aircraft to accommodate a nadir-looking camera system. The viewport
must be open or, if covered, have a quartz or other optical window with
high transmission over the 400 -- 1000 nm wavelength range. It must
also provide 2 kW of electrical power, either 12 VDC, 28 VDC or 110
VAC, with a minimum of five hours of flight endurance between fuel
stops. For each mission, the contractor shall provide the research
aircraft equipped with appropriate survival gear and marine-band radios
for operation over water. The contractor shall coordinate with airspace
management at research sites for appropriate flight clearances, and
shall ferry the aircraft to designated sites for outfitting, and the
execution of research and development missions. The anticipated
deployment sites include coastal ocean sites off New Jersey, Tampa FL,
and the Bahamas. The contractor shall provide an aerospace flight
crew, consisting of a qualified pilot and copilot/technician. The
contractor shall provide such technical support as required to design,
fabricate and install any unique equipment racks or mounts. The
contractor shall provide engineering assessment of payload integration
concepts, assist in integration efforts, and obtain FAA Airworthiness
Release for all missions. After each mission, the contractor shall
provide a brief report covering the status of the aircraft and support
equipment before and during flight, mission profile (altitude,
heading, speed, and other platform parameters over the period of data
collection), and conditions encountered during flight, including any
problems that might effect data quality or aircraft performance. The
period of performance is from date of contract award through five (5)
years. The contractor shall deliver supplies, all transportation
charges paid, to destination in accordance with the clause in titled
FAR 52.247-34 FOB Destination (NOV 1991). Receiving Officer, Naval
Research Laboratory, ATTN: Mr. Curtiss Davis, CODE: 7212, LOCATION:
Bldg. 2, Rm. 210, Bldg. 49, 4555 Overlook Avenue, SW, Washington DC
20375-5320. The provision at 52.212-1, Instructions to Offerors --
Commercial (NOV 1999), applies to this acquisition. The provision at
52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. The
specific evaluation criteria to be included in paragraph (a) of that
provision are 1.)Technical capability of the item offered to meet the
Government requirement.; 2.)Price; and 3.)Past Performance. Technical
and past performance, when combined, are equally as important as Price.
Offerors are advised to include a completed copy of the provision at
52.212-3, Offeror Representations and Certifications -- Commercial
Items (OCT 1999), with its offer and 252.212-7000 (NOV 1995),Offeror
Representations and Certifications -- Commercial Items which can be
found at http://heron.nrl.navy.mil/contracts/reps&certscomm.pdf . The
clause at 52.212-4, Contract Terms and Conditions -- Commercial Items
(MAY 1999), applies to this acquisition. The addenda to the clauses are
available at http://heron.nrl.navy.mil/contracts/rfplist.htm. The
clause at 52.212-5, Contract Terms and Conditions Required To Implement
Statutes Or Executive Orders -- Commercial Items (FEB 2000), applies to
this acquisition. The Contractor agrees to comply with the FAR clauses
in this paragraph (b) which the contracting officer has indicated
below as being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components: 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I (41 U.S.C.253g and 10
U.S.C.2402); 52.219-4, Notice of Price Evaluation Preference for
HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to
waive the preference, it shall so indicate in its offer); 52.219-8,
Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3);
52.219-9, Small Business Subcontracting Plan (15 U.S.C.637 (d)(4));
52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212);
52.222-36, Affirmative Action for Workers with Disabilities (29
U.S.C.793); 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C.4212);); 52.232-33, Payment by
Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.
3332) and 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (46 U.S.C.1241). The clauses at 252.212-7001,
Contract Terms and Conditions Required To Implement Statutes Or
Executive Orders Applicable to Defense Acquisition of Commercial Items
(MAR 2000), applies to this acquisition. The additional clauses cited
under 252.204-7001 that are applicable under this acquisition are:
252.205-7000 Provision of Information to Cooperative Agreement Holders
(10 U.S.C.2416); 252.219-7003 Small, Small Disadvantaged and
Women-Owned Small Business Subcontracting Plan (DOD Contracts) (15
U.S.C.637); 252.225-7001 Buy American Act and Balance of Payment
Program (41 U.S.C.10 a-10d, E.O. 10582); 252.225-7012 Preference for
Certain Domestic Commodities; 252.227-7015 Technical Data -- Commercial
Items (10 U.S.C.2320); 252.227-7037 Validation of Restrictive Markings
on Technical Data (10 U.S.C.2321); 252.243-7002 Requests for Equitable
Adjustment (10 U.S.C. 2410) and 252.247-7024 Notification of
Transportation of Supplies by Sea (10 U.S.C.2631).The clause
252.204-7004 Required Central Contractor Registration (MAR 2000) is
applicable to this acquisition. The applicable Defense Priorities and
Allocations System (DPAS) rating is DO-C9. Any questions generated as
a result of this solicitation must be received no later than 5 days
before the closing date. Offers, 2 copies, must be delivered to
Contracting Officer, Code 3230.DB, Bldg. 222, Rm 115A, Naval Research
Laboratory, 4555 Overlook Ave., SW, Washington, DC 20375-5326 and
received no later than 4:00 P.M. local time on June 6, 2000. The
package should be marked RFP N00173-00-R-DB04, Closing Date: June 6,
2000. For information regarding this solicitation contact Dan
Brinkworth, Contract Specialist at (202) 767-6746. All responsible
sources may submit a proposal which shall be considered by the agency.
Posted 05/18/00 (W-SN456212). (0139) Loren Data Corp. http://www.ld.com (SYN# 0004 20000522\A-0004.SOL)
A - Research and Development Index Page
|
|