Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2002 FBO #0182
SOLICITATION NOTICE

66 -- NEXT GENERATION FUNCTIONAL TESTER COMBINED SYNOPSIS/SOLICIATION

Notice Date
5/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R6504
 
Response Due
6/24/2002
 
Archive Date
7/24/2002
 
Point of Contact
DALLAS PARSLEY 812-854-2239
 
Description
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. This procurement is being conducted in accordance with FAR 13.5. This will be a firm-fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. Solicitation Number N00164-02-R-6504 is hereby issued as a request for Proposals (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 as well as DCN 20011206. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. This requirement is for the following: CLIN 0001: Quantity o f one each Teradyne Spectrum 9100 Functional Test Platform, or Equal, in accordance with the performance specifications and salient characteristics in Attachment (1) of the Government Statement of Work (SoW). (Note: CLIN 0001 includes all peripherals listed in the purchase description that are not identified as a separate CLIN below.) Statement of Work can be downloaded at www.crane.navy.mil/supply/announce.htm. CLIN 0002: Optional Support Service Agreement for CLIN 0001 to cover up to five years (in one year increments) beginning at the expiration of the contractor?s standard commercial warranty. This support/service agreement must provide for the repair and maintenance of the system to perform to OEM specifications as well as maintain all system and application software to current revision levels. A maximum of three working days will be allowed for response time on repairs. Exercise of these options will be prior to expiration of the warranty or previous support service agreement term as applicable. CLIN 0003: Hardware Maintenance and Support Services in accordance with SoW Section 3.1. CLIN 0004: Software Maintenance and Support Services in accordance with SoW Section 3.2. CLIN 0005: Hardware/Software Familiarization and Training in accordance with SoW Section 3.3.2. CLIN 0006: RF Test Bay Option in accordance with SoW Attachment (2). Price will be evaluated by adding all CLINs. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) clearly identify the item by brand name, if any, and make or model number; (3) include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Delivery is required F.O.B. NSWC Crane 47522 within 90 days after award. Final inspection will be at destination. Selection for award will be based on technical, past performance and price. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. 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: 52.203-3; 52.211-6; 52.211-14 (DO); 52.211-15; 52.212-1; 52.21 2-3 Alt l [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.219-9; 52.219-16; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33;); 52.215-05 (fax 812-854-5666); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The following factors will be used to evaluate offers: TECHNICAL, PAST PERFORMANCE, and PRICE. The following technical subfactors will be utilized: System Hardware and Software Maintainability, System hardware and Software Upgrade/Expansion Capability, Test Program Set (TPS) Programming Skill Level, System Warranty, System Hardware/Software Data Rights, Availability of Subroutine Library, and System and Component Portabili ty/Transportability. The following past performance subfactors will be utilized: Reliability of Delivered Systems, Customer Satisfaction, Training Course Evaluation, and Record of Meeting Contract Deliveries. All factors and subfactors are listed in descending order of importance. Sufficient information must be submitted with the offer to allow the Government to conduct a reasonable evaluation. Each offeror is required to submit a list of up to five of its most recent contracts within the past three years, either completed or on-going, for the same/similar products or services. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Source Selection Authority (SSA) will evaluate the offeror's technical, past performance and price based upon the information furnished by t he offeror and/or other information obtained by the SSA. The SSA is not responsible for locating or securing any information not furnished with the offer. The SSA may, however, utilize all available information, including information not provided by the offeror, in the past performance evaluation. The Government reserves the right to review less than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offeror?s past performance rating. If insufficient information regarding the offeror?s corporate history is unavailable, the offeror is encouraged to submit for evaluation evidence of relevant past performance on the part of the offeror?s key/principal employees, as either a prime or subcontractor. The Government reserves the right to award to other than the lowest priced offer. The offeror shall provide its Commercial a nd Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. To be eligible for award you 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 @ www.ccr.gov. 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. Inquiries may be submitted via e-mail to parsleydt@crane.navy.mil . Offers may be faxed to Mr. Dallas Parsley, FAX 812-854-5666. All required information must be received on or before 12:00 noon EST 24 June 2002. Our mission i s to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
 
Web Link
To download statement of work
(http://www.crane.navy.mil/supply/02R6504/02R6504.htm)
 
Record
SN00086236-W 20020602/020531213454 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.