Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
SOLICITATION NOTICE

70 -- Software, Supplies & Support Equipment

Notice Date
12/15/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00178, NSWCDD, 17320 Dahlgren Road Dahlgren, VA 22448
 
ZIP Code
22448
 
Solicitation Number
N0017806R1013
 
Response Due
12/20/2005
 
Archive Date
2/20/2006
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.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 synopses 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 the Navy Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. . The solicitation number is N00178-06-R-1013 and is issued as a Request for Proposal (RFP). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Acquisition Procedures will be used in accordance with FAR 13.5.! The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure on a sole source basis a Siemens Digital Integrated Communications Systems (DICS). Siemens is the sole producer and installer of the DICS equipment and this system must interface with already installed DICS at GeNavCCSysCom CC/Taues. NSWCDD intends to procure from Siemens Building Technologies GMBH & Co. OHG, Martin-Luther STR. 25, Saarbruecken, Germany 66111. The award will be in accordance with FAR 13.5 Test Program for Certain Commercial Items. This requirement is being processed IAW the procedures in FAR Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 dated 27 July 2005, and DFARS Change Notice 20050901 dated 1 September 2005. FAR and DFARS provisions and clauses may be accessed at http://www.arnet.gov/far/ and http://www.acq.osd.mil.dp/dars/dfars.html respectively. The North American Industry Classification System (NAICS) Code is 335999 with a standard size o f 500 employees. The contract shall be a Firm Fixed Price contract for the following: CLIN 0001: QTY 2 (two)- Intercom System DICS, ISDN Technology that will include DICS-Node 19 for Rack mounting with: 8 (eight) 2MB Interface for the interconnection of DICS nodes (max. 16); 64 (sixty four) 144kbit Interface for the connection of analogue Interfaces (max. 64); CLIN 0002: QTY 2 (two)- Analogue Interface shelf with 16 analogue interfaces each with:TX / RX 600 Ohm balanced 0 dBm (adjustable between -20 - +5 dBm)PTT / Sqelch/ Ready in- and output; CLIN 0003: QTY 1 (one)- DICS - Node 19 with Rack (9U) wall mounted with:8 2MB Interface for the interconnection of DICS nodes(max. 16) 64 144kbit Interface for the connection of Audio Units; CLIN 0004: QTY 1 (one)-Power Supply Shelf 230V AC / 24V DC (3U)for Audio units; CLIN 0005: QTY 63 (sixty-three)- Audio Unit indoor bulkhead or console mounted 30 int. Lines/5 ext. lines/built - in loudspeaker/volume and brightness control/Connector for Head - / Handset , Microphone and foot pedal; CLIN 0006: QTY 28 (twenty-eight)--! Holders for audio units; CLIN 0007:QTY 1 (one) Power supply Shelf 230V AC/24V DC for audio units including UPS; CLIN 0008: QTY 1 (one)- 19 rack 42 HU with Power connector, Front doors; CLIN 0009: QTY 5 (five)-Distribution box with sockets for mobile audio units per unit; CLIN 0010: QTY 1 (one)- Configuration and management system (lap top) with management and configuration software; CLIN 0011: Assistance for technical interfacing; evaluation of design and installation drawings; assistance in preparation of documents for the agreements system; preparation of FAT (value added tax) Spec and FAT in Germany per system-1 Lot; CLIN 0012: QTY 5 (five)- Equipment documentation in electronic format; CLIN 0013: Installation 1 LOT (fixed price) with specifics on how this will be completed. FOB Destination from Siemens in Bremen, Germany to GeNavCCSsCom, German Naval Command and Control Systems Command in Wilhelmshaven, Germany shall apply. Required delivery date by 19 January 2006. ! The offeror shall provide a copy of the standard commercial warranty or better that is applicable to the items contained in this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation and is hereby incorporated by reference. (b) Offerors shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. The following provisions apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, subparagraphs (a), (b) 1, 7, 14, 15, 16, 17, 18, 19,20, 25, 31; 52.214-34 Submission of Offers in the English Language (APR 1991); 52.214-35 Submission of Offers in U.S. Currency (APR 1991); 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003); 52.225-14 Inconsistency Between English Version and Translation of Contract (FEB 2000); 52.225-17 Evaluation of Foreign Currency Offers (Feb 2000); 52.229-6 Taxes-Foreign Fixed-Priced Contracts (JUN 2003); 52.247-34 F.O.B. Destination (NOV 1991); DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items, applies with the requirement that offeror's provide a completed copy with their offer, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, subparagraph (a) applicable: 52.203-3, with the following provisions of subparagraph (b) thereof indicated as applicable: DFAR 252.227-7037, 252.243-7002, 252.247-7023, and 252.247-7024; 252.225-7027 Restriction on Contingent Fee For Foreign Military Sales (April 2003);252.225-7028 Exclusionary Policies and Practices of Foreign Governments (APR 2003). The following DFAR provisions and/ or clauses apply to this acquisition: DFAR 252.204-7004 Required Central Contractor Registration; 252.225-7021 Trade Agreements (SEP 2001); 252.225-7027 Restriction on Contingent Fees for Feoreign Military Sales (MAR 1998); 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (DEC 1991); 252.225-7041 Correspondence in English (JUN 1997); 252.727-7015 Technical Data-Commercial Items (NOV 1995);252.232-7008 Assignment of Claims (Overseas) (JUN 1997); 252.233-7001 Choice of Law (Overseas) (JUNE 1997). The Government will award a contract from this combined synopsis/solicitation on an all or none basis. The closing date is 2PM EST, 20 December 2005. Proposals shall be delivered to Naval Surface Warfare Center, Dahlgren Division, Attn: XDS11F, Bldg. 183, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100, FAX (540) 653-7088 or Email DLGR_XDS11@.navy.mil . The Naval Surface Warfare Center, Dahlgren Division has implemented Electronic Commerce (EC) in the acquisition area; therefore the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/.! Hard copies will not be provided. Vendors should regularly access th e NSWCDD Web Site to ensure that they have downloaded all amendments. DoD will no longer award to Contractors not registered in the Central Contractors Registration (CCR) database. Any questions can be forward to fax number (540)653-7088, Attention Code XDS11F; email address is DLGR_XDS11@navy.mil, or telephone (540)653-7478, reference number N00178-06-R-1013. In order to be eligible for award firms must be registered in the Central Contractor Registry (CCR). Offerors may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/. In order to confirm registration in the CCR, the offeror shall provide, clearly marked, its DUNS number and CAGE code that identifies the offerors name and address. The Contract shall provide software updates as released to the addresses indicated. The offeror shall also provide the following: (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 prices listed in the above-mentioned catalog or established price list. (d) Three (3) past performance references.
 
Web Link
NSWCDD PROCUREMENT DIVISION Web Site
(http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/busop.htm)
 
Record
SN00953121-W 20051217/051215212813 (fbodaily.com)
 
Source
FedBizOpps 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.