Loren Data Corp.

'

  
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