Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
MODIFICATION

K -- installation and integration of DDU and LDCC

Notice Date
5/18/2006
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
0010173686
 
Response Due
5/26/2006
 
Archive Date
6/10/2006
 
Point of Contact
Ana Barton, Contract Specialist, Phone 407-380-4101, Fax 407-380-8406, - Patricia Neal, Contract Specialist, Phone (407) 380-4064, Fax null,
 
E-Mail Address
ana.barton@navy.mil, patricia.neal@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This Amendment is to spell out some acronyms, to remove some redundant sentences in the Sole Source explanation, and to extend the quotes due date to 26 May 2006 by 09:00EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Naval Air Systems Command (NAVAIR) ? Orlando, TSD intends to issue a Firm Fixed Price (FFP) contract to Diamond Visionics Company on a sole source basis. However, interested sources may identify their interest and capability to respond to the requirements, which demonstrates their ability to meet the needs of the Government. All responsible sources may submit a quotation, which shall be considered by the agency. All information shall be furnished at no cost or obligation to the Government. This action will be negotiated on a sole source basis because during the original competitive STVTS (Submarine Tactical Visual Training System) contract, Diamond Visionics Company (DVC) was selected to provide a Digital Display Unit (DDU) for each of the six delivered training devices. DVC is the designer and sole manufacturer of the DDU and installed the DDUs with the required mounting plates at each of the previous sites. An additional STVTS device is being installed, requiring an additional DDU. In addition, Line Driver Circuit Cards (LDCC) are required to interface the periscope to the STVTS host computer. DVC provided the LDCCs under the original competitive STVTS contract. Diamond Visionics Company has the proprietary design features of the equipment involved.. Solicitation number 0010173686 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. The simplified acquisition procedures of FAR Part 13 are applicable to this procurement. This requirement is 100% Set Aside to Small Business. The NAICS Code for this solicitation is 811212 with a size standard of $23M. This procurement is to purchase: CLIN0001: 1 lot ? Relocation and installation in accordance with the Statement of Work (SOW Rev 1). Summary: Installation of Digital Display Unit (DDU) and Line Driver Circuit Card (LDCC) in Kings Bay, GA on a previously relocated periscope. The contractor effort shall include: examination and repair of the DDU and LDCC provided by the Government and Modification design of periscope mounting plate to accommodate the DDU dimensions. Installation, alignment and integration of the DDU and LDCC on the periscope and Periscope Interface and Controls Box respectively in the STVTS2000 trainer, and support of NAVAIR during installation of trainer. In addition, the contractor shall safeguard all classified information and meet all security and information assurance requirements identified in the DOD Contract Security Classification Specification (DD254). CLIN0002: 1 lot ? Travel to Kings Bay, GA to perform installation effort. Estimated 2 people for five (5) days. Period of Performance: 30MAY06 to 23JUN06 (in accordance with the Performance Schedule) Statement of work, Contract Security Classification form and Performance Schedule will be provided to all interested offerors upon written request to Ms Ana Barton (email ana.barton@navy.mil or fax number 407-380-8406) or to Mrs. Patricia Neal (email patricia.neal@navy.mil. Location: F.O.B. destination Part of the effort will be performed at the contractor?s facility and part at: Trident Training Facility, Kings Bay, GA. The provisions at FAR 52.212-1, 'Instructions to Offerors', applies to this acquisition with the addendum that offerors are required to submit warranty information and parts availability with their offers. Evaluation Criteria: The Government will award a contract resulting from this RFQ to the lowest priced, responsible offeror whose offer conforming to this notice will be the most advantageous to the Government. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.bpn.gov/ccr/scripts/index.html or by calling the CCR Registration Centers at 1-888-227-2423. Offers must provide their 'Offeror Representations and Certifications-Commercial Items?; provision FAR 52.212-3, electronically via the ORCA website http://orca.bpn.gov/ For payment purposes, invoices will be submitted through Wide Area Workflow (WAWF). For further information: https://wawf.eb.mil/ - 1-800-559-WAWF (9293) The clauses/provisions below 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 FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-41 Services Contract Act of 1965 The Defense Priorities and Allocations System (DPAS) rating is not applicable. All FAR references may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. Offers are due no later than 09:00 US Eastern Standard Time on May 26th, 2006. Quotes will only be accepted by e-mail to ana.barton@navy.mil or by fax (407) 380-8406. Responses must include the solicitation number; name, address and telephone number of offeror; discount terms, tax ID number, estimated delivery date; and CAGE code. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Mrs. Ana Barton, Contract Specialist, and Tel: 407.380.4101. Mailing address: NAVAIR Orlando TSD, Code: 25332, 12350 Research Parkway, Orlando, FL 32826.
 
Place of Performance
Address: Kings Bay, GA
 
Record
SN01053222-W 20060520/060519134744 (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.