Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

58 -- DIGITAL VOICE LOGGING RECORDING SYSTEM

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-T-0083
 
Response Due
3/15/2006
 
Archive Date
3/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Commercial, Non-Developmental Items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures, as described in FAR 12.3, will be used for acquisition of these commercial items. This announcement constitutes the only solicitation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-08, effective 5 January 2006, and Defense Federal Acquisition Regulations Supplement Change Notice 20060123. Solicitation Number N00421-06-T-0083 is hereby issued as a Request For Proposal (RFP) and a written Solicitation will not be issued. This action is set aside for Small Business. The North American Industry Classification Systems (NAICS) code for this requirement is 334111, ?Electronic Computer Manufacturing? with a size standard of 1,000 employees. The Naval Air Warfare Center-Aircraft Division (NAWCAD), Surface Communications and Information Systems Division (SCISD), Systems Modernization Branch ? Code: 4.5.10.2, St. Inigoes, MD, intends to award a contract for the procurement of an estimated quantity of sixty (60) Digital Voice Logging Recording Systems (DVLRS) to replace the RD-674B/UNH Recorder-Reproducer. The proposed Contract Type is Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ), Full and Open Competition for Commercial, Non-Developmental Items with a period of performance consisting of one (1) twelve (12) month base period and four (4) twelve (12) month option periods. The intended use of this equipment is to record and reproduce multiple channels of audio and video information for the purposes of archiving audio, digital, and video events; training via retrieval and reproduction of archives for system simulation; monitoring of distress circuits; and accident/incident investigation. Current and planned operating sites include United States Navy (USN) ships, United States Coast Guard (USCG) ships, and USN/USCG shore installations. The required DVLRS shall be designed to record a minimum of 32 separate channels simultaneously with expansion capability to 96 maximum of simultaneous recording and shall be capable of synchronizing to an external time synchronization signal in either HAVEQUICK or IRIG-B format. The application software to accomplish these operational capabilities shall operate in a Microsoft Windows XP Professional or Microsoft Windows Server 2003 (preferred) environment. The equipment maintenance shall rely on Built-In Test/Built-In Test Equipment (BIT/BITE) diagnostics to troubleshoot and repair the DVLRS. Repair shall consist of module/assembly replacement at the Lowest Repairable Unit (LRU) level at the Organizational Level (i.e. local users). A detailed description of the required items, cited below, and related drawings, are included in Attachment 1 -Statement Of Work (SOW) /Performance Specification, and Exhibit A-Contract Data Requirements List (CDRLs), may be located at the NAVAIR Home Page: https://contracts.navair.navy.mil/. The Contract Line Item Numbers (CLINs) and Descriptions for this procurement are: CLIN 0001 - DVLRS (Qty: 10 EA); CLIN 0002 - DVLCE (Qty: 5 EA); CLIN 0003 ? DATA (Qty: 1 LOT); CLIN 0004 ? OP and MAINT TRAINING (Qty: 1 EA); CLIN 0005 ? SOFTWARE DOC ? (Qty: 1 Lot); CLIN 0006 ? OPTION ? IRIG-E CONNECTOR (Qty: 10 EA); CLIN 0007 OPTION ? FSK INPUT CONNECTOR (Qty: 10 EA); CLIN 0008 - OPTION ? FSK OUTPUT CONNECTOR (Qty: 10 EA); CLIN 0009 - OPTION ? RS-422 INTERFACE (Qty: 5 EA); CLIN 0010 ? OPTION PBX (Qty: 5 EA); CLIN 0101 - OPTION ? DVLRS (Qty: 15 EA); CLIN 0102 - OPTION ? DVLCE (Qty: 10 EA); CLIN 0103 - OPTION ? DATA (Qty: 1 LOT); CLIN 0104 - OPTION ? IRIG-E CONNECTOR (Qty: 15 EA); CLIN 0105 - OPTION ? FSK INPUT CONNECTOR (Qty: 15 EA); CLIN 0106 - OPTION ? FSK OUTPUT CONNECTOR (Qty: 15 EA); CLIN 0107 - OPTION ? RS-422 INTERFACE (Qty: 5 EA); CLIN 0108 - OPTION ? PBX (Qty: 15 EA); CLIN 0201 - OPTION ? DVLRS (Qty: 15 EA); CLIN 0202 - OPTION ? DVLCE (Qty: 10 EA); CLIN 0203 - OPTION ? DATA (Qty: 1 LOT); CLIN 0204 - OPTION ? IRIG-E CONNECTOR (Qty: 15 EA); CLIN 0205 - OPTION ? FSK INPUT CONNECTOR (Qty: 15 EA); CLIN 0206 - OPTION ? FSK OUTPUT CONNECTOR (Qty: 15 EA); CLIN 0207 - OPTION ? RS-422 INTERFACE (Qty: 5 EA); CLIN 0208 - OPTION ? PBX (Qty: 5 EA); CLIN 0301 - OPTION ? DVLRS (Qty: 10 EA); CLIN 0302 - OPTION ? DVLCE (Qty: 10 EA); CLIN 0303 - OPTION ? DATA (Qty: 1 LOT); CLIN 0304 - OPTION ? IRIG-E CONNECTOR (Qty: 1O EA); CLIN 0305 - OPTION ? FSK INPUT CONNECTOR (Qty: 10 EA); CLIN 0306 - OPTION ? FSK OUTPUT CONNECTOR (Qty: 10 EA); CLIN 0307 - OPTION ? RS-422 INTERFACE (Qty: 5 EA); CLIN 0308 - OPTION ? PBX (Qty: 5 EA); CLIN 0401 - OPTION ? DVLRS (Qty: 10 EA); CLIN 0402 - OPTION ? DVLCE (Qty: 5 EA); CLIN 0403 - OPTION ? DATA (Qty: 1 LOT); CLIN 0404 - OPTION ? IRIG-E CONNECTOR (Qty: 10 EA); CLIN 0405 - OPTION ? FSK INPUT CONNECTOR (Qty: 10 EA); CLIN 0406 - OPTION ? FSK OUTPUT CONNECTOR (Qty: 10 EA); CLIN 0407 - OPTION ? RS-422 INTERFACE (Qty: 5 EA); CLIN 0408 - OPTION ? PBX (Qty: 5 EA). Delivery of 1 Unit Each ? CLIN 0001, is due 120 days after contract award and will be utilized for First Article Testing by Government personnel. All Deliveries shall be FOB Destination; the Ship To Address for all deliveries is: Naval Air Warfare Center-Aircraft Division, Receiving Officer, Building 8115 Villa Road Webster Field, St. Inigoes, MD 20684-0010, Mark For (M/F): TBD. All items shall be preserved, packaged, and marked in accordance with best commercial practices. Inspection and acceptance shall be made at destination. Interested persons may identify their interest and capability to respond to the requirement or submit proposals to provide the required supplies cited above. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with the proposal. ** A copy of the Representations and Certifications may be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov/ ** The proposal, along with completed Representations and Certifications, is due by 15 March 2006. Award is anticipated not later than 5 May 2006. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection Clause, nor does it limit the Government's rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2006) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible contractor whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price only considered. The following factors shall be used to evaluate offers: (1) Price. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (SEP 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2006) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). **End of Clause** Offeror shall include a completed copy of the provision at DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JUN 2005) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2005) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act And Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Alternate A (NOV 2003) applies to this solicitation. The Contractor agrees to comply with the following DFARS Clause that is included in this solicitation in full text. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dfas.mil/ecedi. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. ** End of clause ** 252.246-7000 MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2003) (a) At the time of each delivery of supplies or services under this contract, the Contractor shall prepare and furnish to the Government a material inspection and receiving report in the manner and to the extent required by Appendix F, Material Inspection and Receiving Report, of the Defense FAR Supplement. (b) Contractor submission of the material inspection and receiving information required by Appendix F of the Defense FAR Supplement by using the Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) electronic form (see paragraph (b)(1) of the clause at 252.232-7003) fulfills the requirement for a material inspection and receiving report (DD Form 250). ** End of Clause ** The Contractor agrees to comply with the following list of FAR Clauses that are included in this solicitation in full text. (1) 52.216-22 -- INDEFINITE QUANTITY (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering Clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule, up to and including the quantity designated in the Schedule as the ?maximum. The Government shall order at least the quantity of supplies or services designated in Clause ?5252.216-9506? as the ?minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 180 days after expiration of the Contract. ** End of Clause** (2) 5252.216-9506 MINIMUM AND MAXIMUM QUANTITIES (NAVAIR) (MAR 1999) As referred to in paragraph (b) of FAR 52.216-22 " Indefinite Quantity" of this contract, the contract minimum quantity is 3 Units of CLIN 0001; the maximum quantity is the Total Units specified in the Schedule for Ordering Year 1 and, if an option is exercised, the Total Units specified for the Optional Ordering Year being exercised and any units not ordered during the first Ordering Year or any previous Optional Ordering Years. ** End of Clause** (3) 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty (30) days prior to the expiration, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (60) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. ** End of Clause ** (4) 52.216-18 ? ORDERING (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the Contracting Officer. Such orders may be issued from date of Contract Award through the term of the Contract. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control.. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. ** End of Clause ** (4) 52.216-19 -- ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00, 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 the total estimated quantity of any identified CLIN; (2) Any order for a combination of items in excess of the total estimated quantity of all CLINs in a given period of performance; or (3) A series of orders from the same ordering office within thirty (30) days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (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) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 five (5) 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. ** End of Clause ** The DPAS rating for this solicitation is N/A. Responsible interested parties may submit information in which they identify their interest and capability. Proposals are due to Rosa Harding, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010, by 3:30 P.M. Eastern Standard Time, 15 March 2006. The Government will not pay for any information received. The Government reserves the right to process the procurement based upon the responses received. For information regarding this proposed procurement action, contact Rosa Harding, Code 2.5.1.2.3.1, Telephone 301-995-6037 or via e-mail rosa.harding@navy.mil. If an offeror is not able to contact the point-of-contact (POC) above, please fax correspondence/requests to the Contracting Office care of the POC @ facsimile 301-995-8670. ** ATTACHMENT 1-Statement of Work / Performance Specification and Exhibit A-Contract Data Requirements List (CDRLs) may be found at the NAVAIR Home Page: https://contracts.navair.navy.mil/ ** END SYNOPSIS/SOLICITATION # N00421-06-T-0083 **
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER-AIRCRAFT DIVISION (NAWCAD), Unit 11, Villa Road, St. Inigoes, MD
Zip Code: 20684
 
Record
SN00996344-W 20060302/060228213611 (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.