Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

B -- Feasibility Analysis to move or replace Motion Bases Research Devices for pending BRAC move.

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
Reference-Number-N664506RQ00456
 
Response Due
9/8/2006
 
Archive Date
9/23/2006
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 22. Reference number N6645206RQ00456 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 541990 and the business size standard is $6.5M. This procurement is issued as unrestricted. This solicitation is for a Feasibility Analysis to Move or Replace Motion Based Research Devices for a pending BRAC Move. SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) All representations and certifications executed on company letterhead (2) A technical capabilities statement (3) A total price (4) Point of Contact that is authorized to negotiate and make commitments on behalf of the offeror?s organization with email and phone info. (5) Customer past performance surveys must be faxed back from prior customers to the contracting activity CLINS are as follows: CLIN 0001: Feasibility analysis to Move or Replace Motion Based Research QTY: 1 DELIVERY Delivery of the study shall occur 90 days after date of Contract to: Naval Aerospace Medical Research Laboratory, 280 Fred Beaur St., Pensacola, FL 32508 The requirement is for a firm-fixed price type contract. We are looking for an offeror that is an independent entity and has no financial ties with manufacturers of motion-based devices, and has experience with custom, highly-complex motion-based systems. In accordance with 52.211-8 Time of Delivery, all services must be performed in accordance with the schedule?no deviations are allowed. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, 52.212-5 Facsimile Proposals; Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items, and DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.243-1 Changes?Fixed Price; DFAR 252.243-7001 Pricing of Contract Modifications; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (a): FAR 52.203-3 Gratuities (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-70001 Buy American Act and Balance of Payment Program. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information. The Government intends to make a single award to the responsible offeror whose offer is the best value to the Government considering technical capability, past performance and price in descending order of importance. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: The following factors shall be used to evaluate offers in descending order of importance: Technical Capability, Past Performance and Price. Technical capability and past performance, when combined are more important than price. Technical capability will be determined by evaluation of a statement submitted by the offeror stating briefly their technical approach to perform the effort, and the offeror?s corporate experience with custom, motion-based devices, not to exceed three one-sided pages. Past performance will be evaluated by customer submittal of the attached Contractor Performance Evaluation Survey to the Contracting Office via the fax number shown below. Complete responses to this solicitation, and past performance surveys, must be received no later than 12:00 PM (Eastern Standard Time), 08 September 2006 and will be accepted via FAX (904)-542-1095, Attn: Bethany Germann (904) 542-1000 ext. 175 or e-mail (Bethany.germann@navy.mil). Do not mail offers. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Performance Work Statement for Feasibility Study of Relocation/Replacement of Research Devices Background The Naval Aerospace Medical Research Laboratory (NAMRL) located in Pensacola Florida is being relocated to Wright Patterson Air Force Base (WPAFB), Ohio. NAMRL has two research devices known as the Coriolis Acceleration Platform (CAP) and the Human Disorientation Device (HDD). The research capability provided by these two devices needs to be retained when NAMRL relocates to WPAFB. A feasibility study is necessary to determine whether moving the CAP and HDD to WPAFB or building new devices at the new location is the more economically sensible approach. To accomplish this three cost estimates are needed. One estimate will be for the disassembly, packaging, moving, and installation of each device. The second cost estimate will be for the design, fabrication, and installation of each new equivalent device intended to replace each of the two existing devices. The third estimate will be for the design, fabrication, and installation of a single new device that is capable of replacing the two existing devices. The ultimate goal is to determine the most cost effective and technologically feasible means of relocating/replacing the HDD and CAP. Estimate I: Relocation of CAP and HDD Complete the following tasks: Operate the devices to determine what systems are operational and what, if any, are not. Evaluate each sub-section of the devices to determine their remaining useful life. Interface with US Navy and Air Force researchers to review and evaluate the capabilities and requirements for the devices. Provide a cost estimate for the disassembly, packaging, moving, and installation of the CAP and HDD from NAMRL to WPAFB Items to be considered during the study that will be required for the actual relocation of CAP and HDD include: Items completed above as part of the cost estimate Evaluate the portion of the existing building that contains the devices and create a complete set of CAD drawings (structural and electrical) of that portion of the building reflecting the device requirements. These drawings will then be incorporated into the design of the new building at WPAFB that will allow for the installation of the devices at its new location. Disconnect all electrical connections and tag them with their appropriate voltage and current requirements. Create an exterior opening (approx 20?x20?) in the existing building to allow for the removal of the basic truss structure and any other large components of the CAP. This opening must be closed at the completion of this effort such that it maintains structural integrity and matches existing architecture. A large roll-up door exists for the removal of large components of the HDD from the existing building. Develop a finite element model of the CAP and HDD prior to disassembly to assess the structural integrity of the disassembly, transportation, and assembly process. Outline the steps for mechanical disassembly of devices as needed to allow for transport. Photograph all structural connections and annotate with the proper number of fasteners, fastener size, fastener grade, and location of all washers and nuts. Store all electrical portions of the devices in waterproof containers with dessicant for humidity control during transport and temporary storage. Provide transportation of all structures and crates that contain the devices to WPAFB. Provide packaging and shipment of several device-specific attachments to WPAFB. Return to an operating status any building-specific HVAC, plumbing, and electrical systems that are required to be disconnected for the removal of the devices. Return all capabilities of the devices to operational status once the devices are installed at WPAFB. Replace any portions of the devices that were initially found to have exceeded their useful life with equivalent current technology. Model and prototype control and safety systems of the devices to ensure functional capabilities are not changed during the disassembly, transportation, and assembly process. Any control and safety systems of the devices that are replaced with computer control and safety systems must be documented and 3 digital copies of the source code that is utilized must be provided. Perform non-destructive inspection (NDI) of all structural members to inspect for any cracks or loss of structural integrity once devices have been relocated to the WPAFB location. All electrical connections and wiring must meet current code requirements when the devices are installed at WPAFB. An acceptance test will be required at the completion of the installation of the devices at WPAFB. Estimate II: Construction of new CAP II and HDD II Complete the following tasks: Analyze the existing CAP and HDD to develop a complete list of all original and existing capabilities. Provide a cost estimate for the construction of a new CAP II and HDD II at WPAFB. Items to be considered during the study that will be required for the actual construction of CAP II and HDD II include: Perform mechanical and electrical engineering design of new replacement devices and the necessary building infrastructure to support the devices. Provide 3 copies of complete mechanical and electrical drawings in both hard copy and digital format using the latest release of AutoCAD. Provide 3 copies of the operator's manual that must also contain the maintenance procedures in both hard copy and digital format using the latest release of Microsoft Word. Provide 3 digital copies of all computer software source code that is used for the operation and control of the devices. Provide the necessary fabrication and installation of all device systems at the WPAFB location. Perform verification testing of all systems at completion. Estimate III: Construction of Single Integrated Device Complete the following tasks: Analyze the existing CAP and HDD to develop a complete list of all original and existing capabilities. Conduct a feasibility study to determine the design, fabrication, and installation costs of a single new device that is capable of replacing the two existing devices. E-MAIL to bethany.germann@navy.mil for Past Performance Customer Survey form.
 
Place of Performance
Address: Naval Aerospace Medical Research Laboratory, 280 Fred Beaur ST, Pensacola FL,
Zip Code: 32508
Country: UNITED STATES
 
Record
SN01131836-W 20060902/060831222015 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.