COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW,
Washington, DC 20375-5326 A -- LIQUID COOLED 1 ATR SHORT ENCLUSURE SOL N00173-00-R-DB05 POC Dan
Brinkworth, Contract Specialist, Code 3230.DB 202-767-6746,
Contracting Officer, Carol Parnell, Code 3230.CP 202-767-6746 WEB:
http://heron.nrl.navy.mil/contracts/rfplist.htm,
http://heron.nrl.navy.mil/contracts/rfplist.htm. 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-DB05
is issued as a request for proposal (RFP). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-19 and DFARS Change Notice 20000731.
This RFP is being issued under a 100% Small Business Set-Aside. The
standard industrial classification code is 3469 with a small business
size standard of 500 employees. CLIN 0001, The contractor shall provide
1 each 1-ATR SHORT Enclosure. DESCRIPTION; 1-ATR SHORT Enclosure with
6U card capacity with the following features: Liquid cooled sidewalls,
cooling path internally machined, designed for Airborne deployment per
AIRINC 404A ; Size 7.62"Hx10.62"Wx12.62"L; EMI protection design to
meet MIL-STD-461; 28 VDC input, providing +5V @ 35 Amps, +12V @ 1.8
Amps,-12V @ 1.8 Amps, and +3.3V @ 8 Amps; -20 to +55 C Operational; Top
load 10 slot high-speed jumperless 6U VME backplane; Brazed Aluminum
Construction; Vibration: 15 Hz -- 2000 Hz and Shock: 30G's per Method
514.4, Procedure 1. Connectors located on the front panel customized to
NRL specific pinouts on connectors as follows: ACTUAL # OF CONTACTS --
SRMS CONNECTOR -- REF DES -- MATING CONNECTOR -- FUNCTION 12
D38999/20WD97PN J1 D38999/26WD97SN PWR, 13 D38999/20WB35SN J2
D38999/26WB35PN 1553 DATA, 55 D38999/20WE35SN J3 D38999/26WE35PN DCRSI
DATA, 22 D38999/20WC35SN J4 D38999/26WC35PN DCRSI COMM, 55
D38999/20WE35SA J5 D38999/26WE35PA MAINT PNL, 22 D38999/20WC35PN J6
D38999/26WC35SN SRMS-PPMU, 37 D38999/20WD35PN J7 D38999/26WD35SN SAR,
79 D38999/20WG35SN J8 D38999/26WG35PN SENSOR DATA, 37 D38999/20WD35SA
J9 D38999/26WD35PA SENSOR NITF, and 55 D38999/20WE35SB J10
D38999/26WE35PB AMA. The period ofperformance/delivery date is 16 weeks
from date of contract award. 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: Dr. Raymond Patten, CODE:
5630, LOCATION: Bldg. 216, Rm. 2005, 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 clause are 1.)
YEAR 2000 COMPLIANT INFORMATION TECHNOLOGY -- This requirement applies
to information technology (IT) that processes date-related
information. All such IT delivered under this contract shall be Year
2000 compliant as defined at FAR 39.002. 2.) REQUIREMENTS FOR ON-SITE
CONTRACTORS -For those portions of the work under this contract
performed at any NRL site, the contractor shall comply with the
Requirements for On-Site Contractors dated 11 April 2000 which are
hereby incorporated by reference. The full text is available at
http://heron.nrl.navy.mil/contracts/home.htm and FAR 52.219-6 NOTICE OF
TOTAL SMALL BUSINESS SET-ASIDE (JUL 1996). The clause at 52.212-5,
Contract Terms and Conditions Required To Implement Statutes Or
Executive Orders -- Commercial Items (Aug 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); 52.219-8, Utilization of Small Business Concerns (15
U.S.C.637 (d)(2)and (3)); 52.219-14, Limitations on Subcontracting (15
U.S.C.637(a)(14)); 52.222-21, Prohibition of Segregated Facilities
(Feb 1999); 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);); 52.225-3,
Buy American Act -North American Free Trade Agreement-Israeli Trade
Act -- Balance of Payments Program (41 U.S.C.10a -10d, 19 U.S.C.3301
note, 19 U.S.C. 2112 note).; 52.225-13, Restriction on Certain Foreign
Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129)
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); 252.225-7001 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 Aug 25, 2000. The package should be marked RFP
N00173-00-R-DB05, Closing Date: Aug 25, 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 08/10/00 (W-SN484562). (0223) Loren Data Corp. http://www.ld.com (SYN# 0002 20000814\A-0002.SOL)
| A - Research and Development Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|