Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
MODIFICATION

66 -- GPS Simulation System (CHANGED TO A SYNOPSIS/SOLICITATION AND THE RESPONSE DATE HAS CHANGED TO 8 JULY 2003)

Notice Date
6/26/2003
 
Notice Type
Modification
 
Contracting Office
NAVSURFWARCEN Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100
 
ZIP Code
22448-5100
 
Solicitation Number
N0017803R1095
 
Response Due
7/8/2003
 
Archive Date
12/8/2003
 
Point of Contact
XDS11E OR XDS11C ON (540) 653-7478
 
Description
THIS IS A MODIFICATION (0001) TO CONVERT SYNOPSIS N00178-03-R-1095 TO A COMBINED SYNOPSIS/SOLICITATION. IT WAS PREVIOUSLY ISSUED ON 9 JUNE 2003 IN FEDERAL BUSINESS OPPORTUNITY. RESPONSE DATE HAS CHANGED TO 8 JULY 2003. This requirement is for a Firm Fixed-Price contract for the acquisition of a GPS Simulator with complete custom scenario generation capability. 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. This is a Request for Proposals (RFP); the solicitation number is N00178-03-R-1095. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 01-14. This item will be acquired through full and open competition. The associated NAICS Code is 334511; the Small Business Size Standard is 750 employees. The contractor shall provide: CLIN 0001 GPS Simulator, 1 ea; CLIN 0002 Timer Card for Remote PC, 1 ea; CLIN 0003 12 month Extended Warranty. DESCRIPTION: The system shall have complete custom scenario generation capability including: simultaneous motion command input (for example, accelerate and turn at same time): ability to provide Real-Time Trajectory Updates to Scenario Generator via TCP/IP: windows based User interface for Scenario Setup and Data Analysis. The system shall have the following characteristics - 12 GPS satellites simulated simultaneously. Channels can be configured to various modes. Simulate C/A code with upgrade path to P (Y). Upgrade path to M-code and new civilian codes. The system shal l have data logging and analysis capabilities. Quick-Look Data during simulation run. GPS Receiver Message Formats/Protocols supported including NEMA. Customer Support from Technical Personnel. Maintenance program to provide updates as available. Provide detailed documentation of the Simulator and its components WARRANTY ? Offerors shall offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The warranty shall be of a minimum duration of 1 year from date of acceptance by the Government. DELIVERY: All deliveries shall be inspected and accepted at the point of destination. The system shall be delivered FOB Destination to Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, no later than 15 days after contract award. Deliv ery after 15 days will disqualify offerors from consideration. INSTRUCTIONS - The provision at 52.212-1, Instructions to Offerors ? Commercial applies to this acquisition. Addenda to far 52.212-1 Instructions to Offerors- Commercial Items: In order to maximize efficiency and minimize the time for proposal and capability evaluation, it is requested that the offeror submit a proposal in accordance with the format and content specified. The original shall be clearly identified as ?ORIGINAL? and bear original signatures. The copies shall be complete and clearly identified as ?COPY?. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? followed by the DUNS number that identifies the offeror?s name and address. The offeror shall provide documentation that shows their current active registration in the Central Co ntractor Registration (CCR). Lack of registration in the CCR database will make an offeror ineligible for award. The offeror shall demonstrate their technical understanding of the requirements of this contract by submitting information which may include but not be limited to existing product literature, brochures, etc. that offers a product which will best meet the need?s of the Government. This information shall provide complete specifications of the proposed system, which will allow the Government to make this determination. A copy of commercial warranty provisions shall also be provided. PAST PERFORMANCE - Each offeror shall provide points of contact of the last three sales for which they have provided the same or similar equipment. The references provided shall be in the following format: 1. Reference Organizational Name; 2. Point of Contact Contracting and Technical; 3. Point of Contact Address and Phone Numbers; 4. Type of Contract and Dollar Value; 5. Description of supplies/services purchased; and 6. Performance Period. Each point of contact will be asked to rate the quality of the product, timeliness of delivery and customer service. PRICE PROPOSAL - The Price Proposal shall reflect the following information as a minimum: (a) A copy of the current catalog or established price list for the articles covered by the offer, or information where the established price may be found. (b) A statement that such catalog or established price list: (1) is regularly maintained. (2) is published or otherwise available for inspection by customers. (3) states the prices at which sales are currently made to a number of buyers. (c) A statement that such articles are commercial items sold in substantial quantities to the general public, at the pri ces listed in the above-mentioned catalog or established price list. (d) A statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (e) The offeror is requested to submit the following pricing information on the three most recent sales of the items being procured or similar items: date of sale; quantity; unit price; customer contract no.; customer name/phone number. Where the pricing information furnished is on similar items, the offeror shall indicate the differences. Pricing information furnished should be as current as possible, and should be on quantities similar to this solicitation. EVALUATION - The provision at 52.212-2, Evaluation- Commercial items, is applicable and the following evaluation crite ria are to be included in paragraph (a). The following factors shall be used to evaluate offers: Proposed Delivery ?It is required that delivery be made within 15 days of award. Offerors with an accelerated delivery schedule and a positive performance record for delivery will be given priority. Technical capability of the item offered to meet the Government requirement. Areas to be considered are: Custom Scenario Generation Capability--emphasis on Real-time Generation; Upgrade paths to P(Y) and M-code; Accuracy and Dynamics; Customer Support Track record including customer testimonials; Maintenance/Support; Quick look Data and data logging, with various message protocols supported, including NMEA; Antenna Modeling; length and coverage provided by manufacturer?s warranty. Past performance - Offerors will be evaluated on quality of product; timeliness of delivery; and cust omer service. Price is not considered the most important evaluation factor. The importance of price will increase with the degree of equality of the proposals in relation to the remaining evaluation factors. Price may be the deciding selection factor depending on whether a highly evaluated technical proposal warrants the evaluated price difference. Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications- Commercial Items and, with their offer. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The clauses at 52.212-5 and 252.232-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, apply to this acquisition. The clauses at 52.212-5(b)(1);(7);(13); (14);(15);(16);(17);(18);(19); (24);(25);(29) an d 252.212-7001 (52.203-3, Gratuities; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036 Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payments Program; 252.227-7015 Technical Data?Commercial Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; and 252.247-7024 Notification of Transportation of Supplies by Sea) also apply to this acquisition. Offers are due no later than 2:00 p.m. EDT on 8 July 2003. Offers should be sent to the attention of Code XDS11E Building 183, First Floor, Room 102, Naval Surface Warfare Center, Dahlgren Division, 17320 Dahlgren Road, Dahlgren, VA 22448-5100/Phone (540) 653-7478/FAX (540) 653-7088/E-mail sd11@nswc.navy.mil.
 
Record
SN00358080-W 20030628/030626223130 (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.