Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,2000 PSA#2621

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392

66 -- ACOUSTIC NAVIGATION EQUIPMENT SOL N00189-00-T-H451 DUE 062300 POC Scott Wilkins tel: 757/443-1447 fax: 757/443-1424 E-MAIL: Scott Wilkins, Contract Specialist, scott_d_wilkins@nor.fisc.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; quotations are being requested and a written solicitation will not be issued. Quotations are hereby received under RFQ N00189-00-T-H451. All provisions and clauses incorporated in the solicitation are those in effect through FAC 97-17. FISC Acquisition Group Norfolk intends to purchase on a firm-fixed price basis the following: the contractor shall provide a commercial Dual Redundant Acoustic Navigation System with interfacing Transponder/Responders and Support Kit. Contract line items include: Line Item 0001 one (1) each Dual Redundant Acoustic Navigation System Kongsberg Simrad Model HIPAP or Equal, delivery date 8wks After Date of Contract (ADC) for FOB Destination Williamsburg, VA 23187, inspection at source and acceptance at destination, the following salient characteristics apply: 1. Dual redundant shall connote two complete independent systems, each capable of stand-alone or in-concert operation, 2. Each system shall possess a horizontal bearing accuracy of 0.3 degree or better, 3. When both systems are operating the system shall derive an optimal position from the two inputs, 4. The system shall have an operating range of 1-4000 meters, 5. Each system shall have a range accuracy error of one (1) meter or less, 6. The systems transducers shall be able to be located in hull ports and be capable of being mechanically extended to a depth of at least three (3) meters below the keel to escape the aerated water that surrounds the hull, 7. The transducer shall provide full hemispherical coverage, 8. The transducer shall have a narrow (10 degree) listening beam to allow them to be focused on transponder/responder and thus maximize the signal to noise ratio, 9. System shall have a minimum of 32 transponder channels, 10. The following technical data (a) two (2) complete installation drawings to support the shipboard installation of the system, (b) six (6) sets of technical manuals, (c) six (6) sets of operating manuals, (d) recommended list of shipboard spare parts to be carried in support of the system; list shall reflect support for a ship operating for six months a year with infrequent port visits. Line Item 0002 one (1) lot of Transponder/Responders, one lot consists of four (4) 2000 meter ROV units, Konsberg Simrad RPT 324/N or Equal, and two (2) 3000 meter units, Kongsberg Simrad MPT339/DTRspSx or Equal, delivery 8wks ADC for FOB Destination Williamsburg VA 23187, inspection at source and acceptance at destination, the following salient characteristics apply: 1. Transponders/responders shall be capable of being operated in a responder mode when interrogated via an umbilical cable, 2. The transponder/responder shall be capable of acting independently as a transponder and provide non-directed position signals in the event a catastrophic accident should sever the umbilical cord, 3. All transponders/responders shall be compatible with the full range of channels available in the acoustic navigation system, 4. All transponders/responders shall be high power with a source level of 205 dB or greater, 5. Mini ROV transponders/responders shall have a depth capability of 2000 meters; larger transponders/responders shall be capable of 3000 meters, 6. All transponders/responders shall contain rechargeable, extended life battery packs, 7. All transponders/responders shall be supplied with rechargers, 8. The following technical data (a) two (2) complete installation drawings to support the shipboard installation of the system, (b) six (6) sets of technical manuals, (c) six (6) sets of operating manuals, (d) recommended list of shipboard spare parts to be carried in support of the system; list shall reflect support for a ship operating for six months a year with infrequent port visits. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference; Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 1999), apply the following: a price proposal on letterhead or a proposal cover sheet signed and dated that contains the requested items with unit prices/extended unit prices, payment terms, remittance address, solicitation number, time specified for receipt of offers, name/address/telephone number of offeror and any other documentation specified herein; Technical description FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), the following factors will be used to evaluate offers: (I) price, (ii) past performance (see FAR 15.304), past performance is approximately equal to price. Past performance shall be determined through submission of the following: List the five most recently completed Government (Federal, State and Local) contracts completed during the past five years which are in any way relevant to the effort required in this solicitation. Also include the following for each contract: contract number, contract period of performance, contract type, dollar value of the contract, detailed description of the work performed, name, position title, and phone number of a point of contract; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 1999);please provide completed copy with offer (email copy shall be provided upon request); FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 99) and any addenda that apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders -- Commercial items (May 1999), subparagraphs (b)(1)(3)/(5)/(11)/(12)/(13)/(14)/(15)(22) and any additional FAR clauses cited in the clause that are applicable to this acquisition; FAR 52.215-5, Facsimile Proposals (Oct 1997); FAR 52.232-18, Availability of Funds (Apr 1984); FAR 52.233-1, Disputes (Dec 1998); FAR 52.233-2, Service of Protest (Aug 1996); FAR 52.233-3, Protest After Award (Aug 1996). The following DFAR provisions and clauses apply to this solicitation and are incorporated by reference and or full text: DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items (Nov 1995), a copy may be provided by the Contract Specialist if requested; DFAR 252.212-7001, Contract Terms and Conditions to Defense Acquisitions of Commercial Items (Jan 1999); subparagraphs (b) clauses 252.225-7001, 252.225-7007, and 252.247-7023 apply. DFAR 252.227-7015, Technical Data Commercial Items (NOV 1995). DFAR 252.204-7004, (MAR 1998), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying sub-units or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.; (end of clause). The following NAVSUP clause applies to this solicitation: SUP 5252.243-9400, Authorized Changes Only By The Contracting Officer (Jan 1992), (a) Except as specified in paragraph (b) below, no order, statement, or conduct of Government personnel who visit the Contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the "Changes" clause of this contract, (b) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as a part of this contract, (c) The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract and notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the Contracting Officer's. In the event the contractor effects any change at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The address and telephone number of the Contracting Officer is: Marlene K. Chambley, Code 202C, Fleet Industrial Supply Center, Acquisition Department, 1968 Gilbert Street Suite 600, Norfolk VA 23511-3392, phone 757/443-1362, fax 757/443-1424 (end of clause); The following FISC Norfolk provision applies to this solicitation: Independent Review of Agency Protest (3 Apr 1999)(FISC Norfolk), FAR 33.103 sets forth procedures for inexpensive, informal, procedurally simple and expeditious resolution of protests. Where appropriate and permitted by law, FISC Norfolk encourages the use of those techniques set forth in FAR 33.103 to resolve agency protests. Therefore, offerors may submit protests to the Contracting Officer, who is Ms. Marlene Chambley, at Commanding Officer, Fleet Industrial Supply Center, Attn: Code 202C, 1968 Gilbert Street Suite 600, Norfolk VA 23511-3392, phone 757/443-1362, fax 757/443-1424. Protests should comply with, and will be processed in accordance with the protest procedures set forth in FAR 33.103. As an alternative, offerors who protest may request FISC Norfolk to review the merits of the protest independent of the contracting officer who is conducting the source selection. FISC Norfolk's Acquisition Department Chief of the Contracting Office will conduct this independent review. (End of Provision). Offerors shall not be currently debarred, suspended, and must be otherwise eligible to receive contracts from any Federal Agency. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items, unit prices, extended prices, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by 1630 EST, 23JUN2000. Offers can be faxed to (757-443-1424/1414) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: Scott D. Wilkins, Code 202C5, Norfolk, VA 23511-3392. Reference RFQ N00189-00-T-H451, on your quote. This is a synopsis/solicitation in one, no written solicitation will be issued. Posted 06/12/00 (W-SN463844). (0164)

Loren Data Corp. http://www.ld.com (SYN# 0230 20000614\66-0012.SOL)


66 - Instruments and Laboratory Equipment Index Page