Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

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

A -- RESEARCH AND DEVELOPMENT SOL N00189-00-T-H539 DUE 070500 POC David St. Laurent, Contract Specialist (757)443-1444 WEB: none, none. E-MAIL: Contract Specialist, David_St._Laurent@nor.fisc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, supplemented with additional information included in this notice. Quotes are being requested and a written solicitation document will not be issued. The solicitation number for this procurement is N00189-00-T-H539 and is being issued as a Request for Quotation (RFQ). This RFQ is issued in accordance with FAR Subpart 13.5 -- Test program for certain Commercial Items (Clingher-Cohen). This solicitation incorporates provisions and clauses listed in effect through Federal Acquisition Circular (FAC) 17; and Defense Acquisition Circular (DAC) 91-13. Quotes shall be based on recommendations for designing an educational process for Operational Test Directors to increase their understanding of Modeling & Simulation, Verification, Validation & Analysis, and Computational Analysis as it relates to all phases of Operational Testing, in support of the Comnmander, Operational Test Evaluatiuon Force, Norfolk, VA. The tasks shall be performed in accordance with standard government and OPTEVFOR instructions and as identified in this statement or work (SOW). Shall prepare work plans that document, at a minimum, the scope, technical requirements, anticipated level of effort, and any formal deliverables to accomplish the following tasks. Shall update the project management plan in context of the scope of tasking, update and provide key milestones to accomplish objectives, and provide results to OPTEVFOR. Draft work plans will be due within 20 days from receipt of tasking and the final version one week following receipt of comments from OPTEVFOR. Format will be determined by OPTEVFOR. Shall investigate use of applicable existing OPTEVFOR materials and work with command staff personnel to define the educational requirements for M&S and mathematical computational analysis. The contractor shall be available to travel to other government or civilian agencies and facilities on behalf ofOPTEVFOR in order to conduct research and liaison, and gather materials as needed. The contractor shall research and evaluate educational requirements to support all facets of OT&E, including but not limited to; advanced distance learning initiatives such as remote television broadcast of training to multiple locations. The contractor shall propose training curriculums and the university academicians to train OPTEVFOR staff in application of highly complex M&S tools and mathematical models. The contractor shall provide input to OPTEVFOR on necessary computer systems (hardware and software) to aid OPTEVFOR in ensuring complex automated tools are use to achieve valid operational testing and evaluation. The contractor shall attend OPTEVFOR staff meetings as required, to understand overall operations. The contractor shall also provide substantive design inputs to instructional systems and recommend courses of action regarding OPTEVFOR training issues.The contractor shall remain knowledgeable on changing technology, new intelligence support systems and innovative training techniques. The contractor shall attend related training and provide substantive inputs to courses. Place opf Performance: COMOPTEVFOR Bldg CA-10, Norfolk, Virginia. The Government shall provide ample workspace, and access to secure/unsecured phone lines and dedicated computer equipment. Additionally, the Government will provide Contractors with all the necessary computer consumables to support this tasking.The period of performance is from 10 July 00 to 31 October 2000. Provide Work Plan to detail specific tasking and submit monthly updates of the plan. Provide information on areas of university expertise to educate OPTEVFOR personnel in available M&S tools, computational analysis and VV&A. Provide assistance in the development of a course of instruction for the OTDs within the scope of M & S accreditation, software development process reviews, and data base management. Evaluate hardware and software systems and designs to implement the training plan and provide written recommendations to identify any upgrades to current systems and/or additional equipment and software necessary to support training initiatives. The government intends to award the contract resulting from this soliciation to Old Dominion University Research Foundation (ODURF), 8700 West Street, Norfolk, VA 23508 under other than full and open competition in accordance with FAR SubPart 13.501(a)(i)(ii). The contract resulting from this solicitation will be a fixed firm price type of contract. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors Commercial Items, (June 1999) apply to the following: a price proposal on letterhead or a proposal cover sheet signed and dated that contains the requested items with unit prices, extended prices, prompt payment terms, remittance address, and telephone number of offeror; terms of any express warranty and all other documentation specified herein. FAR 52.212-2, Evaluation -- Commercial Items. The Government will award a contract resulting from this contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Evaluation will consist of the following: (1) Past Performance and (2) Price Offerors shall describe their past performance on similar contracts held within the past three years, which are of similar scope, magnitude, and complexity to that required by the solicitation, or affirmatively state that they posses no relevant, directly related or similar past performance. The Government shall assess the risks associated with the offerors past performance and consider the number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and effectiveness of the corrective action. Past Performance is more important than Price. Past performance prior contract reference will be faxed or e-mailed to the POC prior to the close of the solicitation. FAR 52.219-4 Notice of Price Evaluation applies. The Government reserves the right to award the contract to other than the lowest priced offeror. Price will be evaluated in accordance with FAR Subpart 13.106. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications- Commercial Items (Feb 1999) and DFAR 252.212-7000, Offerors Representations and Certifications-Commercial Items (Nov 1995) with their offer. A copy of the clauses may be provided by the Contract Specialist if requested. The following clauses apply to this solicitation and are hereby being incorporated by reference: FAR 52.212-4, Contract Terms and Conditions- Commercial Items, (May 1999) and any addenda that apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items sub paragraphs (b) (1), (2), (3), (6), (7), (8), (9), (10) and (11) "Regulatory". Facsimile Proposals (Oct 1997); FAR 52.232.18, Availability of Funds (Apr 1998); 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: DFAR 252.204.7004, Required Central Registration (Mar 1998), DFAR 252.225-7000 Buy American-Balance of Payments Program Certificate (Dec 1991), DFAR 252.212-7000 Offerors 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 Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 199); sub paragraphs (b) clauses 252.225-7001, 252.225-7007 and 252.247-7023 apply. 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 Systems (DUNS) number" means the 9 digit number assigned by Dun and Bradstreet. 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 responsiblefor 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: Tami Cartos, Code 202B, 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 Tami Cartos, 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, 22 June 2000. Offers can be faxed to (757-443-1442) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David St. Laurent, Code 202B1, Norfolk, VA 23511-3392. Reference RFQ N00189-00-T-H539, on your quote. This is a synopsis/solicitation in one, no synopsis will be issued. The contract resulting from this solicitation will be a firm fixed price type contract. Offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors Commercial Items, (June 1999) apply to the following: a price proposal on letterhead or a proposal cover sheet signed and dated that contains the requested items with unit prices, extended prices, prompt payment terms, remittance address, and telephone number of offeror; terms of any express warranty and all other documentation specified herein. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), the following factors will be used to evaluate offers: (i) Technical Acceptability, (ii) Past Performance (See FAR 15.304), and (iii) Price. Technical Acceptability is significantly more important than Past Performance and Price, and Past Performance is equal to Price. Technical Acceptability shall be determined by evaluation of the following sub-factors: (1) Offeror shall provide Drawings/ Product Sheets for the proposed ROG, approved by NAVSEA; with any available independent laboratory test results (fire, shock, vibration, submergence etc); (2) The proposed ROG deck boxes shall fit existing sleeves with no cutting or welding required; (3) The proposed deck boxes and operating cable assemblies shall fit existing stuffing tubes ( the use of adapters is acceptable), with no cutting or welding required; (3) The proposed operating cable should be the shortest length possible with single deck penetration to reduce structural modifications; (4) The proposed valve actuators shall provide a minimum of 188 ft/lbs of torque, and a minimum of a 9:to 1 gear ratio to minimize the number of turns to operate the valve; (5) The proposed cable inner core shall be a non-corrosive resistance (CRES) material to prevent corrosion for ease of operation; (6) The proposed deck boxes and cable assemblies shall be available from the manufacturer, in a design that would allow for Government personnel to measure, cut, assemble, install, and make repairs to the ROG at the vessel site. Sub-factors (1) through (5) are equal in importance, and Sub-factor (6) is significantly more important than Sub-factors (1) through (5). Past performance shall be determined through submission of the following: List no more than the five most recently completed contracts completed during the past three 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 or supplies delivered, name, position, title and phone number of a point of contact. Price will be evaluated in accordance with FAR Subpart 13.106. Offerors shall include a complete copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications- Commercial Items (Feb 1999) and DFAR 252.212-7000, Offerors Representations and Certifications-Commercial Items (Nov 1995) with their offer. A copy of the clauses may be provided by the Contract Specialist if requested. The following clauses apply to this solicitation and are hereby being incorporated by reference: FAR 52.212-4, Contract Terms and Conditions- Commercial Items, (May 1999) and any addenda that apply to this acquisition; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items sub paragraphs (b) (1), (2), (3), (6), (7), (8), (9), (10) and (11) "Regulatory". Facsimile Proposals (Oct 1997); FAR 52.232.18, Availability of Funds (Apr 1998); 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: DFAR 252.204.7004, Required Central Registration (Mar 1998), DFAR 252.225-7000 Buy American-Balance of Payments Program Certificate (Dec 1991), DFAR 252.212-7000 Offerors 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 Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 199); sub paragraphs (b) clauses 252.225-7001, 252.225-7007 and 252.247-7023 apply. 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 Systems (DUNS) number" means the 9 digit number assigned by Dun and Bradstreet. 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 Posted 06/28/00 (W-SN469596). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0013 20000703\A-0013.SOL)


A - Research and Development Index Page