COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 58 -- UNITED STATES MARINE CORPS TACTICAL REMOTE SENSOR SYSTEMS,
IMPROVED AIR DELIVERY SENSOR SOL N00164-00-R-0107 DUE 081400 POC Mr.
Andrew Hackman, Code 1165, 812-854-4525; Contracting Officer, Ms. Mary
Sheetz, 812-854-3716 WEB: Click here to download Statement of Work,
and CDRLs, http://www.crane.navy.mil/supply/announce.htm. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR 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 N00164-00-R-0107
is hereby issued as a Request for Proposal (RFP), on a sole source
basis to Northrop Grumman Corporation (NGC), Rolling Meadows Illinois.
This Procurement is being issued as a sole source procurement in
accordance with FAR 6.302-1(2)(ii). Incorporated provisions and clauses
are those in effect through Federal Acquisition Circular 97-17 and DCN
20000606. The Standard Industrial Classification Code for this
procurement is 3812 and the size standard is 750 employees. This
requirement is for the following: CLIN 0001 -- Improved Air Delivery
Sensor (IADS) model A, to interface with the Untied States Marine Corps
(USMC), Tactical Remote Sensor System, (TRSS) in accordance with IADS
Performance Specification 87001C4900 for exact technical requirements.
CLIN 0002-Improved Air Delivery Sensor (IADS) model B, to interface
with the USMC TRSS, in accordance with IADS Performance Specifications
87001C4900 for the exact technical requirements. Both models "A" and
"B" of the IADS will be able to interface with all of the USMC TRSS
components in accordance with Communications Interface Specification
87001A0005. It is impracticable to distribute the applicable
Performance Specifications with the solicitation. These contract
documents may be examined or obtained from; Code 1165 Andrew Hackman
812-854-4525, Contracting Officer: Mary Sheetz 812-854-3716. This
solicitation consists of the Following LOTS. LOT I: CLIN 0001 IADS
Model "A" in accordance with Performance Specifications: 87001C4900.
0001AA FA 6 each 0001AB production units min 0, max 518. CLIN 0002 IADS
Model "B" in accordance with Performance Specifications: 87001C4900.
0002AA FA 6 each. 0002AB production units min 332, max 518. LOT II:
CLIN 0001AA production units min 332, max 518 IADS Model "A" in
accordance with Performance Specifications: 87001C4900. CLIN 0002AA
production units min 0, max 518 IADS Model "B" in accordance with
Performance Specifications: 87001C4900. CLIN 0003 will also be included
in both LOTS. CLIN 0003 consists of the following CONTRACT DATA
REQUIREMENTS LISTS (CDRLS): A001Contractor's Progress, Status and
Management Reports, DI-MGMT-80227; A002 Test Plans, DI-NDTI-80566; A003
EMI Test Report, DI-EMCS-80200B; A004 EMI Test Procedures,
DI-EMCS-80201B; A005 Technical Report -- Study/Services, DI-MISC-80508;
A006 Test/Inspection Report, DI-NDTI-80809B; A007 Safety Assessment
Report, DI-SAFT-80102A. Only one LOT will be procured and a total of
only 518 units will be bought from bot h line items. A firm fixed
price, 36 month, Indefinite Delivery Indefinite Quantity contract will
be awarded. This will be a DPAS rating DO. Delivery is required F.O.B.
Destination, USMC Barstow, CA. Delivery of FA's is required 240 days
from effective date of order, delivery of production units is required
30 per month beginning 365 days from effective date of order until
order is complete. Final inspection and acceptance will be at USMC
Barstow; CA. Selection for award will be based on price and testing in
accordance with performance specification: 87001C4900. Offers that are
non-compliant with any material requirement of this solicitation may be
rejected without further consideration for award. This will be a firm
fixed price, indefinite delivery indefinite quantity contract and will
be awarded utilizing Simplified Acquisition Procedures. The contractor
shall extend to the Government the full coverage of commercial sale
warranty provided such warranty is available at no additional cost to
the Government. Clauses/provisions: 52.202-1; 52.203-3; 52.204-4;
52.204-6; 52.209-3 Alt I (see below); 52.209-4 Alt I (see below);
52.209-6; 52.211-14 (DO); 52.211-15; 52.212-1 (see below); 52.212-2
(see below); 52.212-3 Alt l [FILL-IN]; 52.212-4 (see below); 52-212-5
(incorporating 52.203-6 Alt. I; 52.219-8; 52.219-9; 52.219-25;
52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1;
52.225-16; 52.232-33; 52.233-3; 52.239-1 (end clause 52.212-5))
52.215-5; 52.215-6 Alt I; 52.215-8; 52.215-20 (see below); 52.216-18
(see below); 52.216-19 (see below); 52.216-22 (see below); 216-27;
52.219-1; 52.219-26; 52.222-3; 52.223-3; 52.225-13; 52.227-1;
52.242-15; 52.245-2; 52.247-34; 52.247-48; 52.252-2; 52.252-3;
52.252-4; (fax # 812-854-5066); 252.204-7003; 252.204-7004;
252.205-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7007;
252.225-7012; 252.227- 7015; 252.227-7037; 252.243-7001;
252.243-7002;). 252.219-7003; 252.225-7000; 252.225-7002; 252.225-7009;
252.247-7023; 5252.239-9605 ONLY FILL IN PARAGRAPHS FOR THE FOLLOWING
CLAUSES ARE SHOWN, HOWEVER THE COMPLETE CLAUSE IS APPICABLE TO THIS
PROCUREMENT. 52.209-3, FIRST ARTICLE APPROVAL-CONTRACTOR TESTING ALT I
(a) The Contractor shall test 3 unit(s) of Lot/Item(s) 0001 LOT I as
specified in this contract. At least 14 calendar days before the
beginning of first article tests, the Contractor shall notify the
Contracting Officer, in writing, of the time and location of the
testing so that the Government may witness the tests. (b) The
Contractor shall submit the first article test report within 180
calendar days from the date of this contract to NSWC Crane, 47522-5011
Center marked "FIRST ARTICLE TEST REPORT: Contract No., Lot/Item No.
I ." Within 30 calendar days after the Government receives the test
report, the Contracting Officer shall notify the Contractor, in
writing, of the conditional approval, approval, or disapproval of the
first article. The notice of conditional approval or approval shall not
relieve the Contractor from complying with all requirements of the
specifications and all other terms and conditions of this contract. A
notice of conditional approval shall state any further action required
of the Contractor. A notice of disapproval shall cite reasons for the
disapproval.Alternate I (Jan 1997) (i) The Contractor shall produce
both the first article and the production quantity at the same
facility. NOTICE: FIRST ARTICLE AS MANUFACTURING STANDARD (6009) Each
first article approved under this contract shall serve as a
manufacturing standard for the corresponding production items delivered
hereunder. 52.209-4 FIRST ARTICLE APPROVAL-GOVERNMENT TESTING
(Alternate I) (JAN 1997) (a) The Contractor shall deliver 3 unit(s) of
Lot/Item I within 240 calendar days from the date of this contract to
the Government at to be advised for first article tests. The shipping
documentation shall contain this contract number and the Lot/Item
identification. The characteristics that the first article must meet
and the testing requirements are specified elsewhere in this contract.
(b) Within 30 calendar days after the Government receives the first
article, the Contracting Officer shall notify the Contractor, in
writing, of the conditional approval, approval, or disapproval of the
first article. The notice of conditional approval or approval shall not
relieve the Contractor from complying with all requirements of the
specifications and all other terms and conditions of this contract. A
notice of conditional approval shall state any further action required
of the Contractor. A notice of disapproval shall cite reasons for the
disapproval. 52.212-1, Instructions to Offerors-Commercial; Addendum
1; Paragraph D-Delete; Paragraph E-Delete; Paragraph G -- Add-Award may
be made without holding discussions; Paragraph H-Delete; Add Paragraph
K -- Faxed quotes are acceptable (Fax to 812-854-5066). 52.212-2,
Evaluation-Commercial items. Addendum 1 -- Change paragraph (a) as
follows: The government intends to make award to the responsible
contractor whose offer is the most advantageous to the government
considering price and price-related factors. Award will be made to the
low priced technically acceptable offer. Paragraph B -- Delete.
52.212-4, Contract Terms and Conditions. Addendum 1 -- Change paragraph
(a) as follows: The Government requires Inspection and Acceptance at
FOB Destination. Change Paragraph (o) "Warranty" is hereby modified as
follows: Contractor is to provide their standard commercial warranty.
(t) Contractor Performance Reports. The Government may evaluate the
performance of the contractor awarded the contract resulting from this
solicitation, in accordance with FAR 42.1500. The following
performance rating factors will be utilized: Quality, Cost Control,
Timeliness of Performance, Business Relations, Customer Satisfaction
52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER
THAN COST OR PRICING DATA, Alternate IV (Oct 1997). As prescribed in
15.408(l), replace the text of the basic provision with the following:
(a) Submission of cost or pricing data is not required. (b) Provide
information described below: Limited Cost/ Pricing Data 52.216-18
ORDERING (Oct 1995) (a) Any supplies and services to be furnished under
this contract shall be ordered by issuance of delivery orders or task
orders by the individuals or activities designated in the Schedule.
Such orders may be issued from Award Date of Contract through 36 months
from Contract Award date. 52.216-19, ORDER LIMITATIONS, (a) Minimum
Order. When the Government requires supplies or services covered by
this contract in an amount of less than 6, the Government is not
obligated to purchase, nor is the Contractor obligated to furnish,
those supplies or services under the contract. (b) Maximum Order. The
Contractor is not obligated to honor -- (1) Any order for a single item
in excess of 518; (2) Any order for a combination of items in excess of
518; or (3) A series of orders from the same ordering office within 2
days that together call for quantities exceeding the limitation in
subparagraph (1) or (2) of this section. (d) Notwithstanding paragraphs
(b) and (c) above, the Contractor shall honor any order exceeding the
maximum order limitations in paragraph (b), unless that order (or
orders) is returned to the ordering office within 14 days after
issuance, with written notice stating the Contractor's intent not to
ship the item (or items) called for the reasons. Upon receiving this
notice, the Government may acquire the supplies or service from another
source. 52.216-22, INDEFINITE QUANTITY. (d) Any order issued during the
effective period of this contract and not completed within that period
shall be completed by the Contractor within the time specified in the
order. The contract shall govern the Contractor's and Government's
rights and obligations with respect to that order to the same extent as
if the order were completed during the contract's effective period;
provided, that the Contractor shall not be required to make any
deliveries under this contract after delivery of the last delivery
order issued under this contract. The offeror shall provide its
Commercial and Government Entity (CAGE) Code, Contractor Establishment
Code and Tax Identification Number. To be eligible for award the
contractor must be properly registered in the Government's Central
Contractor Registration (CCR). Offerors may obtain information on CCR
registration and annual confirmation requirements by calling
1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or
http://www.ccr2000.com. Contractor certifications must be completed and
returned with offeror's proposals (FAR 52.212-3 and DFARS 225-7000,
225-7001, 225-7002). If a change occurs in this requirement, only those
offerors that respond to this announcement within the required time
frame will be provided any changes/amendments and considered for future
discussions and/or award. All responsible sources may submit an offer,
which will be considered by the agency. Offers may be faxed or
e-mailed to, FAX 812-854-5066, e-mail address hackman_a@crane.navy.mil.
All required information must be received on or before 2:00 PM Eastern
Standard Time on 14 August 2000. Quality System Requirements (NAVSEA)
May 1995; Data Packing Language, Marking of Warranted Items,
Bi-Monthly Reporting Requirements. Posted 08/02/00 (W-SN481088).
(0215) Loren Data Corp. http://www.ld.com (SYN# 0461 20000804\58-0003.SOL)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|