Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

58 -- Simultaneous Imagery Acquisition Station

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
N00173-04-R-RS07
 
Response Due
9/6/2004
 
Archive Date
9/5/2005
 
Point of Contact
Richard Sewell, Contract Specialist, Phone 228-688-4571, Fax 228-688-6055, - Patricia Lewis, Contracting Officer, Phone 228-688-5593, Fax 228-688-6055,
 
E-Mail Address
rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
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. This solicitation is 100% Set-Aside for Small Business. The solicitation, N00173-04-R-RS07, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24 and DFARS Change Notice 20040625. The associated NAICS code is 334516 and the small business size standard is 500 employees. The Systems Directorate of the Naval Research Laboratory has a requirement for a Simultaneous Imagery Acquisition Station (SIAS) system. The primary components of the required system shall be (a) a digital visual camera unit, ( b) a night vision unit Gen III, (c) a mid-wave infrared imager unit, (d) a long-wave infrared imager unit, (e) a support and integration station, (f) an LCD video display, and (g) applicable software and documentation. Detailed specifications are available at http://heron.nrl.navy.mil/contracts/RFP/04rs07.htm. Delivery and acceptance is at NRL, Washington, DC 20375-5320, FOB Destination. Delivery shall be no later than 24 weeks from date of award. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated. 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: (a) technical capability of the items offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. 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 IDENTIFIED AS B AND 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 clauses cited within this clause are applicable: . The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, .The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract 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 under the Defense Priorities and Allocations System (DPAS). Each Offeror is encouraged to provide supplemental documentation to support the realism and reasonableness of their proposed cost/price. The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and four (4) copies of the offerors proposal shall be received on or before the response date noted above, 3:30 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm Numbered Note 1 applies.
 
Place of Performance
Address: CONTRACTOR FACILITY
 
Record
SN00642868-W 20040814/040812213004 (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.