Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 5, 2001 PSA #2886
SOLICITATIONS

59 -- IMPROVED BATTLE FORCE TACTICAL TRAINING DIGITAL VOICE INTERFACE CARDS

Notice Date
July 2, 2001
Contracting Office
Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275
ZIP Code
32826-3275
Solicitation Number
N61339-01-R-A002
Response Due
August 2, 2001
Point of Contact
Contracting Officer Maria Maldonado (407) 380-4014, Contract Specialist Selina Vik (407) 380-4505
E-Mail Address
MaldonadoMD@navair.navy.mil (VikSG@navair.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 N61339-01-R- A002 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This requirement is unrestricted and a subcontracting plan may be required. The standard industrial classification code is 334419 and the small business size standard is 500. The U S Navy has a requirement for fabrication, assembly and test of three (3) types of Improved BFTT (Battle Force Tactical Training) Digital Voice interface cards (IBDV interface cards). IBDV interface cards are a component part of a Versa Module European (VME) based IBDV communication system whose function is to provide internal and external ship's voice communication capabilities to BFTT operator consoles for simulation and training purposes. The Statement of Work, Specification, Contract Data Requirements Lists (CDRL's) and applicable technical data (drawings & gerber files) can be downloaded from the Naval Air Warfare Center Training System Division's web site at www.ntsc.nsvy.mil/. Test procedures are included as appendices to the Specification. The following items are required: Item 0001-ON201 IBDV Interface Card, # 7254975-100, Quantity 76 each. Item 0002-SA2112 IBDV Interface Card, # 7254975-200, Quantity -- 72 each, and Item 0003-SB2781 IBDV Interface Card, # 72554975-300, Quantity -- 33 each. Both First Article Test (FAT) and Production Article Tests (PAT) are required for all IBDV card types. The Government credit card will be used as a method of payment on this purchase order. Delivery is to be made 9 months after contract award. All IBDV interface cards are required to be delivered and testing complete 9 months after contract award. FOB point is Destination to Naval Air Warfare Center Training Systems Division (NAWCTSD), 12350 Research Parkway, Orlando, Florida 32826-3224. Acceptance shall be made at destination. The Government will award a purchase order resulting from the RFP to the responsible offeror who submits the best value proposal. A best value proposal is defined as the proposal that provides the most beneficial mix of Schedule/Work Process, Past Performance, and Cost factors. Particular attention will be paid to the delivery schedule and on the creativity and innovative techniques to meet or exceed it. The following factors and subfactors will be used to evaluate proposals: (1) Delivery Schedule/Work Process that includes the submission of a VHS video tape (up to 1 hour) of the manufacturing process and a written description of the work to be performed in each task and how it relates to the offerors' work process, submission of a detailed schedule prepared in Microsoft project, and identification of schedule risk. (2) Past Performance information on similar, relevant projects performed within the last 3 years. Submission of the title of the project/contract, description of the product, period of performance, dollar value of the contract, Contracting officer and Government Program Manager names, addresses and phone numbers, schedule performance, number of deficiency reports during the first acceptance test of the product, any specification requirement not met or exceeded and the current capability/capacity to perform this task are required. (3) Price. In terms of evaluation, Delivery Schedule/Work Process and Past Performance are equal and significantly more important than cost. Oral presentations of up to 2 hours in length on the delivery schedule/work process and past performance will be scheduled shortly after receipt of proposals. A written copy of your briefing slides must be submitted with the Delivery Schedule/Work Process proposal. The Government will provide a VCR, television and overhead projector. Other equipment required will be the responsibility of the offeror. A maximum of three presenters will be allowed and should include the Project Manager and Quality Assurance Supervisor. The Government intends to make award on the basis of initial proposals without conducting discussions but reserves the right to conduct discussions if determined necessary. Offerors are advised to submit their most favorable terms and conditions in their initial proposal submission. FAR 52.212-1, "Instructions to Offerors-Commercial Items" is incorporated by reference and applies to this acquisition. Offerors shall include a completed copy of the provisions at FAR 52.212-3, "Offeror Representations and Certifications -- Commercial Items" with its proposal. FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items" is incorporated by reference and applies to this acquisition and resulting purchase order. The resulting purchase order will be a firm-fixed-price purchase order. FAR 52.212-5, "Contract Terms and Conditions Required To Implement Statues or Executive Orders -- Commercial Items" (Feb 2000) applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5: As prescribed in 12.301(b)(4), insert the following clause: (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067). (3) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer shall check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (pub. L. 103-403, section 304, small Business Reauthorization and Amendments Act of 1994). ___(ii) Alternate I to 52.219-5. ___(iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323. ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (12) 52.222-26, Equal Opportunity (E.O. 11246). __ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d). ___ (17)(i) 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). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (19) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (20) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (21) [Reserved] _X_ (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (23) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). __ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332).] ___ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). ___ (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 129333). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). DFARS 252.212-7001, "Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items" applies to this acquisition along with the following additional DFARS clauses, cited in clause 252.212-7001: 252.247-7023. The full text of the solicitation provisions/clauses may be accessed electronically at this address: http://www.acq.osd.mil/dp/dars/dfars.html. Submission of the Delivery Schedule/Work Process Proposal to include the VHS video tape of your manufacturing process and briefing slides, Past Performance Proposal, Cost Proposal and Subcontracting Plan, if required, are due on 2 August 2001 at 100 PM EST to the FOB Destination address above, ATTN: Selina Vik, Code 25331. For information regarding this solicitation, contact Selina Vik at (407) 380-4505 or email viksg@navair.navy.mil.
Web Link
NAWCTSD Web Site, Business Opportunities (http://www.ntsc.navy.mil/EBusiness/BusOps/BusOps.htm)
Record
Loren Data Corp. 20010705/59SOL007.HTM (W-183 SN50Q627)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on July 3, 2001 by Loren Data Corp. -- info@ld.com