Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

66 -- Wideband Underwater Acoustic Target

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-05-R-LS05
 
Response Due
9/26/2005
 
Archive Date
9/26/2006
 
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, N00173-05-R-LS05, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05(I,II,IV,VI), DFARS change 20050726; Class Deviation 2005-D0001 & NMCARS(03-6). The associated small business size standard is 500 employees. NRL has a requirement for the following: Contract Line Item Number (CLIN) 0001: The Contractor shall provide a Wideband Underwater Acoustic Target in accordance with Attachment (1), Specifications and all other Attachments herein, which are incorporated by reference into any resulting contract, 1 LO; CLIN 0002: The Contractor shall provide a Wideband Underwater Acoustic Target in accordance with Attachment (1), Specifications and all other Attachments herein, which are incorporated by reference into any resulting contract, 1 LO; CLIN 0003: Reports and Data in accordance with Exhibit A, DD Form 1423, Contracts Data Requirements List, which is incorporated by reference into any resulting contract, 1 LO; OPTION 1. CLIN 0004: The Contractor shall provide a 375-meter tow cable in accordance with Attachment (1), Specifications and all other Attachments, which are incorporated by reference into any resulting contract, 1 EA; OPTION 0005: The Contractor shall provide Spare Parts in accordance with Attachment (1), Specifications and all other Attachments, which are incorporated by reference into any resulting contract; SubCLIN 0005AA: Projectors, 2 EA; SubCLIN 0005AB: Amplifiers, 3 EA; SubCLIN 0005AC: Hydrophones, 10 EA; SubCLIN 0005AD: Engineering Sensor Modules, 10 EA. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/RFP/05ls05.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Contractors shall propose delivery schedules by CLIN and SubCLIN. Delivery schedule for CLINs 0001, 0002, and 0003 must be stated in terms of (contractors insert number) days from date of contract award. Delivery schedules for optional items must be proposed at (contractors insert number) days from date of exercise of option. The desired delivery schedule for CLINs 0001, 0002 and 0003 is 365 days from contract award. The desired delivery schedule for optional CLINs is between 45 and 60 days from exercise of option. 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: (1) Technical Merit: The technical capability of the item being offered to meet the Government?s requirement; And, the soundness of the Offeror's technical merit, including the Offeror's understanding of the technical requirement. (2) Price and (3) Past Performance: Past performance will be evaluated on the basis of the quality of the work performed or supplies delivered and timeliness of performance or delivery. The evaluation will be based on the information provided in the proposal and other sources if available. The evaluation will take into account past performance information regarding predecessor companies, or subcontractors that will perform major or critical aspects of the requirement. Offerors that have no relevant performance history or for which past performance information is not available will not be evaluated favorably or unfavorably on past performance. To facilitate the evaluation of this factor, offerors are encouraged to contact other contracting organizations (within the public or private sector) with which it has held contracts for the same or similar requirements and request they each customer complete the past performance report located at the following website. http://heron.nrl.navy.mil/contracts/pastperf.htm The report is to be submitted directly to the NRL address above, Attn: Contracting Officer. Both Technical and Past Performance, when combined, are of equal importance when compared to Price. 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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/repsandcerts.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 these clauses are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-9, 52.225-13, 52.232-33, 52.239-1, and 52.247-64. 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, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7016 with alternate 1, 252.225-7021, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A. and 252.211-7003. The following additional FAR clause applies: 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 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. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals, to include facsimile or e-mail transmissions. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Place of Performance
Address: Naval Research Laboratory, Washington, DC
Zip Code: 20375
Country: USA
 
Record
SN00886277-W 20050904/050902212557 (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.