Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2005 FBO #1208
SOLICITATION NOTICE

58 -- NIGHT VISION HELMET MOUNT SYSTEM

Notice Date
3/16/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016405R8552
 
Response Due
4/6/2005
 
Archive Date
5/6/2005
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. 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. Solicitation Number N00164-05-R-8552 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20050113. The North American Industry Classification System (NAICS) Code for this procurement is 333314 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? Night Vision Helmet Mount System, (consisting of Helmet Mount Helmet Bracket, Helmet Stray Assembly) manufactured in accordance with the attached Performance Specification Contract Min/MAX 300/1,600, CLIN 0002 PIO line item for spare parts estimated maximum amount $1,000,000, C! LIN 0003 ? Data in support of CLIN 0001, attached CDRL A001 (commercial manual) A002 (spares parts list). Pricing for CLIN 0001: Year 1 = 0 to 365 days from the effective date of contract. Year 2 ? 366 to 731 days from effective date of contract. Year 3 ? 732 to 1097 days from effective date of contract. Year 4 = 1098 to 1463 days from effective date of contract. Year 5 ? 1464 to 1830 days from effective date of contract. For stair step pricing the quantity pricing is the total quantity for all orders issued on a given day. If cumulative price is applicable, so indicate. Offerors must submit pricing or all stepladder quantities contained in the quantity range for CLIN 0001 as prescribed in the attached table. In order to permit the Government to award maximum quantities within available funding, offerors shall permit the Government to interpolate prices between stepladder quantities on a straight-line basis for CLIN 0001. The interpolation formula is included in th! e stepladder quantity link. Delivery of at least 150 units is required F.O.B. NSWC Crane 47522 within 75 days after award with subsequent delivery of at least 150 units every month until the order is complete. Final inspection will be at NSWC Crane, IN. Price is to include delivery costs. Two product samples are required as described below in FAR 52.212-1 and 52.212-2. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price five-year IDIQ contract and will be awarded utilizing Simplified Acquisition Procedures. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). The agency authorized to place delivery orders against this procurement is Crane Division, Naval Surface Warfare Center. The following Clauses/provisions incorporated by reference and/or full text: 52.211-14 (DO-A70); 52.211-15; 52.212-1; 52.212-2; 52.212-3 ALT I; 52.212-4; 52-212-5 (incorporating 52.203-6; 52.203-6 Alt I; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33; 52.233-3;); 52.215-05 (fax #812-854-5066); 52.242-15; 252.204-7004 Alt A; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7012; 252.225-7014; 252.225-7016; 252.232-7003; 252.243-7002; 252.247-7023; 252.247-7024). TECHNOLOGY IMPROVEMENTS (OCT 1991) 5252.239 9605, 52.242-15; 52.243-1; 52.52.247-34; 52.216-18; 52.216-19 ORDER LIMITATIONS. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 10 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order! . The Contractor is not obligated to honor: (1) Any order for a single item in excess of 1,600 each;(2) Any order for a combination of items in excess of 1,600; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the ! reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22, Indefinite Quantity with the fill in: 60 months after award. 52.212-1 Addendum ? In support of paragraph (b)(10) past performance information, the offeror is requested to utilize the attached Contractor Performance Data; Paragraph (b) (11)(d) 2 Product Samples are required. All offerors must submit twp product samples for CLIN 0001 with or prior to submission of proposal. Selection for award will be based on product sample 6 go/no go criteria (weight; dimensions; two locking positions; NVD mount system/MVD compatibility; Quick Release; NVD Mount System Compatibility with the MICH helmet and NVD Strap mounting compatibility with the MICH helmet). Offers that do no meet all 6 Go criteria will not be further evaluated and will render the proposal unacceptable. Offers which meet all 6 Go criteria will be further evaluated as follows: Factor 1: Product Sample and Performance Specification Compliance, Subfactor A: Product Sample Evaluation; Subfactor B: Performance Specification Compliance Evaluation: Factor II: Capability: Subfac! tor A: delivery/production Schedule; Subfactor B. Warranty. Factor III: Past Performance: Subfactors: Quality; Subfactor: Customer Satisfaction; Subfactor: Subcontracting; Factor IV: Price. The evaluation factors are listed in descending order of priority. Factor I, is significantly more important that Factor II and III combined. Factor II is more important that Factor III. Factor III is more important that Factor IV. The price factor becomes more important as the degree of equality of the Factors Other than Price increases. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. If alternate product samples are submitted, only one written proposal needs to be submitted. 52.212-2 Addendum - paragraph (b) is not applicable. All offerors must submit twp product samples for CLIN 0001 with or prior to submission of proposal. FACTOR I ? GO/NO GO CRITERIA Product Samples, including required ancillary equipment, will be tested for compliance with the following specific Performance Specification (PS) Go/No Go standards/criteria in accordance with (IAW) the Performance Specification (PS). Offerors shall ensure that product sample(s) submitted are functional working units and are the exact unit(s) being proposed by the offeror to satisfy the requirements in the solicitation. If an offeror submits a defective product sample or the product sample malfunctions during testing it will not be returned to the offeror for rework or replacement. Resubmission of product sample(s) will not be allowed during the Phase I, Factor I ? Go/No Go evaluation. Failure to meet all Go/No Go criteria will render the offer technically unacceptable, the offer will not be further evaluated and the offer will be ineligible for award. Go/No Go Criteria: Standard 1: WEIGHT (PS 3.1.1): The total weight of the helmet mount, helmet bracket or helmet strap, and fasteners shall be less than 12 ounces. Standard 2: DIMENSION (PS 3.1.2): The dimensions of the helmet mount shall not exceed 4.00 (L) x 3.00 (W) x 4.25 (H) inches in the stowage position. Standard 3: NVD MOUNT LOCKING POSITIONS (PS 3.1.3.3): The helmet mount assembly will be tested for its ability to adjust to two locking positions: down and stowed. Standard 4: NVD MOUNT/NVD SYSTEM COMPATIBILITY (PS 3.1.8): Night Vision Devices shall be attached to the helmet mount to ensure compatibility between the mount and the AN/PVS-15A NVD. Standard 5: NVD MOUNT QUICK RELEASE MECHANISM (PS 3.1.9): The mount will be tested for a quick release mechanism, which allows the user to quickly attach or detach the helmet mount from the helmet bracket/helmet strap. Standard 6: MOUNT COMPATIBILITY WITH MICH HELMET (PS 3.2.2.1 or 3.2.3.1): The helmet bracket assembly will be installed ! on a MICH helmet to verify compatibility between the bracket/strap and the MICH Helmets identified in paragraph 3.2.2.2 of the Performance Specification. The three-hole pattern for affixing the helmet bracket to the helmet shall be compatible with the existing mounting hole pattern found on the MICH helmets. The helmet strap assembly shall securely fasten to the MICH helmet. FACTOR I ? PRODUCT SAMPLE AND WRITTEN PERFORMANCE SPECIFICATION COMPLIANCE: SUBFACTOR A ? PRODUCT SAMPLE EVALUATION Offerors shall ensure that product sample(s) submitted are functional working units and are the exact unit(s) being proposed by the offeror to satisfy the requirements in the solicitation. If an offeror submits a defective product sample or the product sample malfunctions during testing it will not be returned to the offeror for rework or replacement. Resubmission of product sample(s) will not be allowed during the Product Sample Evaluation and Final Proposal Revision phase. An unacceptable rating in the Product Sample Evaluation subfactor will render the offeror technically unacceptable and the offer will be ineligible for award. Standard 1: Product Samples, including required ancillary equipment, will be tested to verify compliance with the performance requirements identified in the Performance Specification. SUBFACTOR B ? WRITTEN PERFORMANCE SPECIFICATION COMPLIANCE: If the offeror?s Product Sample does not fully comply with each and every requirement identified in the performance specification, the proposal shall describe in detail how the offeror is going to comply with those requirements that are not satisfied. Standard 1: Describe system characteristics and performance with respect to the thresholds and objectives specified in the Performance Specification. Provide documentation to demonstrate that the system meets or exceeds each requirement specified in the Performance Specification. If your system does not meet the minimum requirements of the Performance Specification, describe the exceptions. Standard 2: Offerors shall provide a matrix to summarize compliance with the technical requi! rements to the paragraph in the Offeror?s proposal that demonstrates the Offeror?s ability to meet the requirements listed in the Performance Specification. The matrix shall be cross-referenced to the Performance Specification by paragraph number and title to facilitate Government verification that all items have been addressed. FACTOR II ? CAPABILITY: SUBFACTOR A ? DELIVERY/PRODUCTION SCHEDULE: Standard 1: Offerors shall address the maximum number of systems that can be delivered in one month. Address the production lead-time required for delivery of hardware after receipt of order. Address your maximum production surge capacity and the time required to achieve this rate of production. Delivery schedules will be set forth at time of award. SUBFACTOR C ? WARRANTY: Standard 1: Describe your warranties and how they relate to expected system reliability. Describe your warranty return process and the time required for returning systems returned under warranty. FACTOR III ? PAST PERFORMANCE - SUBFACTOR A ? QUALITY -Standard 1: Describe your ability to meet the specification requirements for the same or similar systems provided under other contracts over the past 3 years. Standard 2: Have you requested relief from system specification requirements on any of your systems? If yes, please describe the areas and the ultimate impact on system performance, cost and schedule for each request. SUBFACTOR B ? CUSTOMER SATISFACTION Standard 1: Describe how you have resolved corporate/customer differences and/or contract problems/disputes for the past three years. Cite specific examples. Standard 2: Describe your delivery of system hardware, technical documentation, and program documentation in terms of conformance with delivery schedule and other contractual requirements for the past three years. Standard 3: Describe how you have ensured adequate resources were committed, in a timely manner, to recommend effective solutions and to s! uccessfully solve problems. SUBFACTOR C ? SUBCONTRACTING- Standard 1: Describe your approach for selecting subcontractors and vendors and your management approach for keeping available a pool of eligible subcontractors to fulfill the subcontracting opportunities. Standard 2: Describe how you monitor and control subcontractors and vendors. PAST PERFORMANCE During the source selection process, the Government will assess the offeror's past performance in the evaluation for contract award. Accordingly, 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. It is preferred that these contracts be with U.S. government customers, but contracts with other commercial concerns are also acceptable. 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)/Contracting Officer will evaluate the offeror's past performance based upon the information furnished by the offeror and/or other information obtained by the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The SSA/Contracting ! Officer 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. Past performance is assessed by the SSA/Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror will be given an adjectival rating on past performance: highly favorable, favorable, neither favorable nor unfavorable nor unfavorable. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will be rated as neither favorable nor unfavorable. The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer if doing so would result in greater value to the Government in terms of technical performance, quality, reliability, life cycle cost, or lower overall program risk. As a part of the past performance evaluation, the Government will assess the offeror's previous compliance with the requirements of FAR 52.219-8 and 52.219-9, as applicable. 52.212-3 Alt 1 [FILL-IN] Addendum - (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: Addendum to 52.212-4(g): The Contractor shall include, as a minimum, the following information on each invoice: (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked ?Original Invoice?; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoic! es will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A 125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, NSWC CRANE, 300 Highway 361, Crane IN 47522-5002. PAYMENT STATUS INQUIRIES-Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor. If the payment is being made by DFAS-Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listed on the above web site. It is recommended that the vendor download the ?MOCAS VPIS Help Guide? and ?Reason and Remark Code Document?. You must then register by clicking on ?User Registration? under the subheading ?MOCAS Vendor Pay Inquiry System? before payment inquiries can be made. If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCAS System by cage co! de, contract number or DUNS number at the above listed web site. To determine which system to use see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract-Blk 12; SF 33 Award/Contract-Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. Addendum to 52.212-4(o) Warranty: 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. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest, Fill in:, Naval Surface Warfare Center Crane Div, Attn: Mary Sheetz, Contracting Officer, 300 HWY 361, Bldg 3291, Crane, IN 47522-5001. ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received, which are not marked in accordance with the above requirements, may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS-NSWC Crane allows flexible working hours for its employees. The normal eight hour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular pract! ice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal 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. Offers may be faxed to Vonda Pollock, FAX 812-854-3683 or e-mailed to vonda.pollock@navy.mil . All required information must be received on or before April 5, 2005, 2:00 PM Eastern Standard Time. Our mission is 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 a! ddress:: 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. There is a new Federal Integrated Acquisition Environment (IAE) initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language included in FAR Case 2001-026, vendors are required to use ORCA beginning 1 January 2005. Detailed information can be found in the FAR Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for ass! istance. Note # 1. 100% set aside for small business.
 
Record
SN00770206-W 20050318/050316212432 (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.