Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

16 -- HONEYWELL HIGH ALTITUDE RADAR ALTIMETER

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NAAN6000601311RFA
 
Response Due
5/25/2006
 
Archive Date
6/9/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this notice. This is a solicitation for the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Tampa, FL., which is being issued for the purpose of acquiring HIGH ALTITUDE RADAR ALTIMETERS. This combined synopsis notice constitutes the only Request For Proposal (RFP) and a written RFP will not be issued. This notice is hereby issued as RFP No. NAAN6000601311RFA. This is an unrestricted solicitation with full and open competition. This RFP and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. Signed and dated proposals must be submitted to the U. S. Department of Commerce, National Oceanic and Atmospheric Administration, Central Region Acquisition Division, Attn: Ron Anielak, 601 East 12th Street, Rm.1756, Kansas City, Missouri 64106. Proposals must be received on or before 2:00 p.m. May 22, 2006. Proposals may be faxed to 816-274-6993 - Attn: Ron Anielak/ NAAN6000601311RFA. Offeror?s sending a proposal via fax must follow up with one (1) originally signed proposal and two (2) additional copies in the mail postmarked no later than May 22, 2006. A. Statement of Work / Specifications A.1. Introduction: The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, operates a fleet of four heavy aircraft, all of which require a high altitude radar altimeter system to complete mission requirements. A.2. Requirements: This acquisition is for a replacement radar altimeter system which meets the following minimum requirements: Honeywell International, Model HG9550 LPI Radar Altimeter, model No.HG9550AD01 or equal with the following salient characteristics: a)Unit must be an off the shelf, current production model, commercial item of modern low weight and low power design, high accuracy, qualified for use in US military aircraft. This requirement is driven by the extreme turbulence encountered by the NOAA/AOC WP-3 aircraft during a number of mission profiles, including Hurricane research. b)Light weight less than 10 pounds c)Unit must be completely compatible and interface to a current production radar height indicator capable of displaying altitude from 0 ft up to 50,000 ft. NOAA/AOC has an existing inventory of at least 7 high altitude radar height indicators, Moog model 85000000-02. d)Unit must be plug and play compatible with the existing NOAA/AOC APN-232 radar altimeter receiver transmitter. Due to the high cost of aircraft modification, only units which are compatible with the existing radar altimeter wiring and mounts will be considered. e)Unit must be a ?low power? radar altimeter, with a peak transmit power not to exceed 1 watt. This requirement is needed because the NOAA/AOC aircraft operate with a wide variety of sensitive research equipment onboard, the operation of which may be degraded by an unnecessarily strong signal transmitted by the radar altimeter. f)The unit shall operate in a frequency band allocated by the FCC for aeronautical radio navigation. Minimum transmit frequency shall be 4.2 GHz. NOAA/AOC aircraft operate with a wide variety of sensitive equipment on board, and the higher the radar altimeter transmit frequency, the less likely there will be conflicts with research instrumentation. g)The unit shall operate with a minimum band width, not to exceed 200MHZ. NOAA/AOC aircraft operate with a wide variety of sensitive equipment on board, and the narrower the radar altimeter bandwidth, the less likely there will be conflicts with research instrumentation. A.3. Required Delivery Date: Item 01 ? 10 months after receipt of order; Item 02 - option item shall be exercised within 180 calendar days from contract award and be required for delivery no later than 10 months after Government?s exercise of option. B. Evaluation: The evaluation of proposals shall be based on the Offeror?s responsiveness to the items and requirements listed in Section A and Offeror?s price proposal. CLAUSES & PROVISIONS This solicitation will be conducted as a Commercial Item acquisition in accordance with Federal Acquisition Regulations (FAR) Part 12. The FAR clauses and provisions incorporated into this acquisition are: 52.203-3 Gratuities (Apr 1984); 52.204-4 Printed or Copied Double Sided on Recycled paper (AUG 2000); 52.211-6 Brand Name or Equal (Aug 1999); 52.214-21 Descriptive Literature (Apr 2002); 52.217-6 Option for Increased Quantity (Mar 1989) (180 calendar days after contract award); 52.232-17 Interest (June 1996); 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2006); 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005); 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept. 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2006) (b) Items 1, 7,14, 16, 17, 18, 19, 20, 21, 23, and 26; 52.216-1 Type of Contract (The Government intends to award a firm fixed price type contract for supplies); 52.233-2 Service of Protests (Aug 1996) ((a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donita S. McCullough, DOC, NOAA, Central Region Acquisition Division, 601 E. 12th St., Rm. 1756, Kansas City, Missouri 64106. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.); 52.247-30 F.O.B. Origin, Contractor?s Facility (Apr 1984); The Commerce Acquisition Regulation (CAR) clauses and provisions incorporated into this acquisition are: 1352.201-70 Contracting Officer?s Authority (March 2000); 1352-201.71 Contracting Officers Technical Representative (COR) (March 2000) (To be provided at time of award); 1352.208-70 Printing; 1352.209-71 Organizational Conflict of Interest (March 2000); 1352.209-73 Compliance With the Laws (March 2000); 1352.215-73 Inquiries (Mar 2000); 1352.216-70 Contract Type (March 2000) (The Government contemplates awarding a firm fixed price contract); 1352.233-71 Service of Protests (Mar 2000) (An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority.) Agency protests filed with the Contracting Officer shall be sent to the following address: Donita S. McCullough, Contracting Officer, DOC, NOAA, Central Region Acquisition Division, 601 E.12th St., Rm.1756, Kansas City, Missouri 64106. If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce, Office of the General Counsel, Contract Law Division--Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, N.W., Washington, D.C. 20230, Attn: Mark Langstein, Esq., FAX: 202-482-5858) ; 1352.246-70 Inspection and Acceptance (Mar 2000) (Inspection and Acceptance will take place at the contactor?s facility unless otherwise agreed upon by the parties); 1352.252-70 Regulatory Notice (March 2000); Full text of these CAR provisions is available upon written request by sending an email to Ronald.f.anielak@noaa.gov. Clauses and provisions listed herein may be obtained as follows: FAR Clauses and Provisions ? www.arnet.gov CAR Clauses and Provisions ? http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf SCHEDULE OF PRICES The prices shall be all inclusive of all costs. ITEM DESCRIPTION QTY UNIT PRICE UNIT AMOUNT Item 01 Honeywell HG9550 or equal 7 ea _______ _______ Item 02 Option - Honeywell HG9550 or equal 2 ea _______ _______ TOTAL _______ Item offered for items 01 and 02 above is: Product Name: _______________________ Product Model No.: ___________________ Manufacturer: ________________________ Note: Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. SOLICITATION INFORMATION The NAICS code for this acquisition is 336413. This acquisition is unrestricted. The Small Business Administration size standard is 1,000 employees. Hard copies of the solicitation will not be available. All responsible sources may submit an offer that will be considered by the Agency. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Ron Anielak, Room 1756, 601 E.12th Street, Kansas City, MO 64106. Offers must be received no later than 2:00 PM (CST), May 22, 2006. Offers may be faxed to 816-274-6993, Attn: Ron Anielak. NOTE: A PDF version of this notice is available upon request. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all Offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet Number may be acquired free of charge by contacting Dun & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505.
 
Place of Performance
Address: N/A
 
Record
SN01045260-W 20060512/060510220402 (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.