Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

66 -- Multibeam Bathymetric Echo Sounder System

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-03-R-SE03
 
Response Due
2/19/2003
 
Archive Date
3/6/2003
 
Point of Contact
Eric Sogard, Contract Specialist, Phone 228-688-5980, Fax 228-688-6055,
 
E-Mail Address
esogard@nrlssc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-03-R-SE03, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01- 11. The acquisition will be processed as a full and open competition. The associated NAICS code is 334511 and small business size standard is 750. NRL has a requirement for one each Multibeam Bathymetric Echo Sounder System and Topside Multibeam Bathymetric Sonar Data Acquisition and Control System with options for one each Sonar Head Sound Velocity Measurement Sensor and one each Sonar Head Motion Sensing Package. The system shall be integrated within an existing Government owned Deep Towed Vehicle. Contractor shall provide one-year warranty. Contractor shall supply written operation and technical manuals as well as software and drawings. Contractor shall complete installation/integration within government provided deep towed vehicle. The Contractor shall conduct acceptance testing and training at their facility. The complete specification is available via the Internet at http://heron.nrl.navy.mil/contracts/rfplist.htm. Delivery and acceptance shall be at the Contractor's facility. Delivery is desired by May 30th 2003. Required delivery shall be no later than 90 days from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: The specific evaluation criteria to be included in paragraph (a) of that provision are 1) Technical capability of the item offered to meet the Governments minimum requirements based on examination of product literature or technical approach narrative. Offerors whom exceed the minimum stated specification requirements will receive scores reflecting a rating above acceptable or neutral; 2) Past Performance; and 3) Price. Technical and past performance, when combined, is of greater importance compared to Price. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. General statements that the offeror can or will comply with the requirements, that standard procedures will be used, that well-known techniques will be used, or paraphrases the RFP specifications in whole or in part will not constitute compliance with this requirement concerning the content of the technical proposal. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). OFFEROR MUST COMPLETE AND SUBMIT WITH ITS PROPOSAL, FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS., WHICH ARE AVAILABLE ELECTRONICALLY AT : http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (JUL 1995), (2) 52.219-8, Utilization of Small Business Concerns (Oct 2000), (3) 52.219-14, Limitations on Subcontracting (DEC 1996), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity (APR 2002), (6) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001), (7) 52.222-36 Affirmative Action for Workers and Disabilities (JUN 1998), (8) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (9) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (SEP 2002) (10) 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000) (11) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (MAY 1999). The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: (1) 252.225-7012 Preference for Certain Domentsic Commodities (APR 2002), (2) 252.243-7002 Requests for Equitable Adjustments (MAR 1998), (3) 252.247-7023 Transportation of Supplies by Sea (MAY 2002), (4) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). All EIT supplies and services provided under must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and 3 copies of the offerors proposal shall be received on or before 4:00 P.M. local time, 10 FEB 2003 at the Naval Research Laboratory-SSC, Attn: Contracting Officer, Bldg. 1007, RM 46, Stennis Space Center, MS 39529-5004. The package should be marked with the solicitation number, due date and time.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/Code3235/N00173-03-R-SE03/listing.html)
 
Record
SN00248287-F 20030130/030128220138 (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.