Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOLICITATION NOTICE

20 -- Underwater Mini Remotely Operated Vehicle

Notice Date
3/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Comander, NAVSEA 1333 Isaac Hull Ave SE Stop 2030 WNY DC 20376
 
ZIP Code
20376
 
Solicitation Number
N0002402R633
 
Response Due
4/25/2002
 
Archive Date
5/25/2002
 
Point of Contact
Beverly L. Hobbs 202-781-4013 Beverly L. Hobbs 202-781-4013
 
Description
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 N00024-02-R-6335 is issued hereto as a request for proposal. The solicitation document and incorporated provisions and clauses are current as of the date of this publication. This acquisition is set-aside 100% for small business under North American Industry Classification System Code (NAICS) 334511 and has a small business size of 750 employees. The contract type will be firm-fixed priced, indefinite delivery/indefinite quantity. The resulting contract will be in effective for 24 months from the date of contract award. The scope of work will be for the delivery of Underwater Mini Remote Operated Vehicle (ROV) System(s). The contract line item estimated quantities are based upon the entire term of the contract. The contract line item numbers (CLINS), item, estimated quantity, guaranteed minimums and specifications are delineated as follows and are to be in accordance with performance specifications provided. CLIN 0001: Underwater Mini Remote Operated Vehicle (ROV) System, estimated quantity 10 each, guaranteed minimum quantity 2 each; CLIN 0002: Full Spare Parts Kit, 3 sets (estimated quantity), guaranteed minimum quantity 1 set. Each set shall consist of; 0002AA - Thrusters 2 each, NSP, 0002AB ? Light Assembly 1 each, NSP, 0002AC ? Umbilical Connectors (one on each end) 1 set, NSP, 0002AD ? Fuse Set 1 set, NSP. CLIN 0003: Splice Kit, estimated quantity 1 set, guaranteed minimum 1 set. The system specifications are delineated as follows: Mini-ROV System shall include vehicle, cable, power supply and hand controller. The ROV system shall require a maximum of one person to set-up and operate from the side of a pier, caisson or drydock. Total weight of ROV system must not exceed 40 pounds. Vehicle, to include a minimum of four brushless, interchangeable thrusters for ease of maintenance and maneuverability. External fuse bus is required for ease of operation. ROV must have the ability to maneuver in 2 knots of current or more and be capable of mitigating seaweed ingestion. ROV shall have an open frame design with the ability to attach up to 5 pounds of additional features. A color camera with black and white and a tilting feature is required. Camera resolution must be 500 lines or more. ROV must be able to operate in depths up to 250 feet with 500 feet of tether deployed and have ab ility to hover on a target with 250 feet of tether deployed in 2 knots of current. Delivery will be FOB Destination to a Navy installation designated via delivery order within the Continental United States. All items shall be delivered in accordance with the delivery schedule set forth in delivery orders issued by the Contracting Officer. Unless otherwise specified in any order, acceptance shall be made at destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors?Commercial Items (10/2000) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the request for proposal will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Technical ? Technical capability to meet the Government?s performance specifications with a commercially available product, (2) Price and (3) Past Performance. The evaluation factors are listed in their relative order of importance. Technical capability will be evaluated as follows: Offeror?s shall submit a written technical proposal which should consist of commercial descriptive literature that clearly illustrates a commercial available product and its ability to meet the performance specifications of this solicitation. This proposal, including descriptive literature, shall be limited to 10 pages. Offerors are required to submit offers on all line items. Past performance will be evaluated as follows: Offeror?s shall include two past performance references on contracts similar to those identified in this solicitation. Offeror?s shall include name of contract ing activity, contract number, contract type, total contract value, and points of contact (name, phone and fax numbers). The Government intends to evaluate proposals and make award without discussions; however, the Government reserves the right to hold discussions if necessary. If the Government chooses to establish a competitive range, offeror?s may be requested to conduct an oral presentation to include product demonstration. Offeror?s are reminded to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ?Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions?Commercial Items (3/2001), is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (May 2001) is hereby incorporated by reference. The fo llowing paragraphs apply to this solicitation and any resultant order (b)(1) 52.203-6, (b)(7) 52.219-14, (b)(11) 52.222-21, (b)(12) 52.222-26, (b)(13) 52.222-35, (b)(14) 52.222-36, (b)(15) 52.222-37, (b)(16) 52.222-19, (b)(18) 52.225-1, (b)(21) 52.225-13, (b)(24) 52.232-33, (b)(27) 52.239-1. DFARS clause 252.212-7000, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) is hereby incorporated by reference. The following clauses apply to this solicitation and any resultant order; DFARS 252.205-7000 and DFARS 252.243-7002. In addition, the following FAR and DFARS clauses are incorporated by reference, FAR 52.216-18, Ordering (Oct 1995) INSERT: Date of Award through 12 months of issuance of contract; FAR 52.216-19, Order Limitations (Oct 1995) INSERT: (a) $2500, (b)(1)$150,000, (b)(2)$ 300,000, (3) 30(d) 15; 52.216-22, Indefinite Quantity INSERT (d) 24 months after date of contract award, Option to Extend the Term of the Contract, INSERT: (a) 60 days, 60; FAR 52.219-6, Notice of Total Small Business Set-Aside (Jul 1996); FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (1/97); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (6/97); FAR 52.246-2, Inspection of Supplies ? Fixed-Price (8/96); DFARS 252.204-7004, Required Central Contractor Registration (3/00). Full text of the referenced clauses and provisions may be accessed on-line at http://farsite.hill.af.mil. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercia l sale, provided such warranty is available at no cost to the Government. The resulting contract will be a firm-fixed price, indefinite delivery, indefinite quantity contract. One original and two (2) copies of all offers shall be submitted in writing to: Naval Sea Systems Command, Attn: Beverly L. Hobbs/SEA 0263, 1333 Isaac Hull Avenue SE, Stop 2050, Washington Navy Yard, D.C. 20376-2050. No facsimile proposals will be accepted. Proposals are due no later than 4:00 p.m., EST on 10 April 2002. All questions must be made in writing to the address provided above and submitted not later than 5 April 02, 4:00 EST. Questions may be submitted electronically to hobbsbl@navsea.navy.mil or sent via facsimile to 202-781-4773, Attn: Beverly L. Hobbs. A text copy of this announcement may be viewed at www.neco.navy.mil. Questions and answers, if required, will be posted to this site a s well. It is the offeror?s responsibility to check this web site for all information related to this procurement. All requests for hard copies of this solicitation will be disregarded. See note 1. All responsible sources may submit a proposal which, if received in a timely manner, shall be considered by the agency!!
 
Record
SN00049895-W 20020330/020328213437 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.