Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

K -- Upgrade of Kraft Force Feedback Predator Manipulator

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025306T0153
 
Response Due
6/12/2006
 
Archive Date
7/12/2006
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-06-T-0153. The applicable NAICS Code for this requirement is 333921 and has a size standard of 500 employees. Naval Undersea Warfare Center Division Keyport is contemplating award on a sole source purchase order to Kraft Telerobotics, Inc., Overland Park, KS. This notice of intent is not a request for competitive quotes. However, all quotes received within 10 days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to! compete with this proposed contract based upon responses to this notice is solely for the purpose of determining whether to conduct a competitive procurement. NUWC Division Keyport has a requirement to upgrade the Kraft Force Feedback Predator Manipulator to a Kraft Force Feedback Raptor Manipulator with Parallel Acting Jaws for the Triumph Remotely Operated Vehicle (ROV). The ROV was brought up to current technological and functional capabilities two years ago. The Predator Manipulator that is installed is an early model and while still operational, is too large for the ROV and has limitations due to its physical size and proximity to the sonar systems, lighting and cameras. Upgrading to the more technologically advanced and compact Raptor will enhance the dexterity of the system making the ROV more versatile and safer with greater flexibility. The Raptor will still maintain a high level of power capable of lifting 500 lbs. and 200 lbs. at full extension. Upgrade to include the following: A. Exchange the 7 function Force Feedback Predat or Slave Arm for a 7 function Force Feedback Raptor Slave Arm. The Raptor has a stand height of 36? in the stowed position as compared to the Predator?s 45? stand height giving an additional clearance of 9? from a sonar head and cables routed above. B. Exchange the standard Force Feedback Master Controller and Hand Terminal for an Operator Control Unit with Force Feedback Mini-Master. The Mini-Master Control unit allows for left-handed or right-handed operation to comfortably control complex manipulations in an intuitive manner. C. Modify the existing Surface Electronics Chassis to incorporate the Operator Control Unit with Force Feedback Mini-master. System is to be set-up for twisted-pair telemetry. Exchange the interconnect cables which connect to the Surface Electronics Chassis to the Control Unit. D. Supply manipulator System Operations and Maintenance Manuals. Offerors must meet the standard for FAR 9.104. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors. Offerors are advised that a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, and 252.225-7000 Buy American Act-Balance of Payments Program Certificate must be a part of their quote. Offerors are also advised that these representations and certifications must be completed electronically via the ORCA website at http://orca.bpn.gov. Following are additional FAR and DFARS Clauses applicable to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offerors Representation and Certification-Commercial Items, Clause 52.212-4 Contract Terms and Conditions-Commercial items, Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.247-34 F.o.b.Destination, and 52.252-2 Clauses Incorporated By Reference. The following FAR clauses cited in clause 52.212-5 are applicable to this acquisition: 52.203-6A1 Restrictions on! Subcontractor Sales to the Government, 52.222-3 Convict Labor, 52.222 -19 Child labor-Cooperation w/Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues/Fees, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Following DFARS clauses and provisions are applicable to this acquisition: 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program Certificate. The following FAR and DFARS clauses cited in Clause 252.212-7001 are applicable to this acquisition: 52.203-3 Gratuities, 52.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023, Transportation of Supplies by Sea. The following Red/Yellow/Green evaluation clauses are incorporated by reference: 252.213-9401 Notice to Prospective Suppliers, 252.213-9402 Additional Evaluation Factor for Consideration of Past Performance Navy Red/Yellow/Green Program. Quotes/Offers are due no later than June 12, 2006 at 1500 hours Pacific Time. Quotes may be e-mailed to hansenk@kpt.nuwc.navy.mil or faxed to(306) 396-7036. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. Firms interested in submitting quotes must (1) complete the pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses (3) submit manufactur er information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.gov). The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single award for all items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Responsibility: Offerors must meet the standard for FAR 9.104. Past performance evaluation criteria to be price and the Navy Red/Yellow/Green database. Any questions should be submitted in writing via e-mail to hansenk@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer non-responsive and result in rejection of the same.
 
Record
SN01061776-W 20060604/060602221342 (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.