Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

66 -- MECHANICAL CHARACTERIZATION FACILITY

Notice Date
4/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00173-07-R-KK04
 
Response Due
5/2/2007
 
Archive Date
4/8/2008
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. The solicitation, N00173-07-R-KK04, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-16 and DFARS Change Notice 20070327. The associated small business size standard is 500 employees. NRL has a requirement for a Mechanical Characterization Facility. This facility consists of CLIN 0001, a Linear Motor Electrodynamic Materials Test System, CLIN 0010, a Quasi-Static Materials Test System, and CLIN 0017, a Low Velocity Impact Materials Test System. (Basic Requirement). Option Items for CLIN 0001 include an Environmental Chamber (CLIN 0002), an Environmental Chamber Control (CLIN 0003), a Computer Automated Environmental Chamber Control (CLIN 0004), Fatigue Rated Wedge Grips (CLIN 0005), Fatigue Rated Pneumatic Wedge Grips (CLIN 0006), a Fatigue Rated Extensometer (CLIN 0007), Advanced Software (CLIN 0008) and Advanced Training (CLIN 0009). Option Items for CLIN 0010 include a Secondary Load Cell (CLIN 0011), an Axial Extensometer (CLIN 0012), a Large Displacement Axial Extensometer (CLIN 0013), a Video or Laser Extensometer (CLIN 0014) and Advanced Training (CLIN 0015) and Mechanical Wedge Grips (CLIN 0016). Option Items for CLIN 0017 include Testing Fixtures/Equipment (CLIN 0018) and Computer Test Control (CLIN 0019). Offerors may propose on any or all materials test systems. Multiple awards may result from this synopsis solicitation. If made, multiple awards will only be made for an individual test system, and associated option items only. Any option items, if exercised, may be exercised at any time up to six months after the date of the initial award. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/rfp/07kk04.htm Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 90 days from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are identified as B and available electronically at : HTTP://HERON.NRL.NAVY.MIL/CONTRACTS/REPSANDCERTS.HTM The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.203-6, 52.219-4, FAR 52.219-8, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.225-13, FAR 52.232-33, FAR 52.247-64. Note: In the event an individual award against this solicitation is below the simplified acquisition threshold, FAR 52.203-6, FAR 52.219-8, and FAR 52.222-39 will not apply. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, DFARS 252.225-7001,DFARS 252.225-7012, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002, DFARS 252.247-7023 and DFARS 252.247-7024. In the event that an individual award against this solicitation is below the simplified acquisition threshold, DFARS 252.225-7012, and DFARS 252.243-7002 will not apply. DFARS 252.242.7023 (Alt. III) will apply. The following additional FAR and DFARs clauses apply: 52.204-7 Central Contractor Registration, 252.204-7004 Alternate A., DFARS 252.211-7003 The following additional FAR clause applies: 52.215-5. Facsimile proposals are authorized and may be forwarded to the contract specialist at (202) 767-5896 (primary) or (202) 767- 0430(alternate). In addition, proposals may be transmitted by e-mail to Kevin.King@nrl.navy.mil (primary) or Jan.Bays@nrl.navy.mil (alternate) in either Microsoft Word or pdf format. If facsimile proposals are authorized, contracting officers may request offeror(s) to provide the complete; original signed proposal at a later date. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 3 business days before the response date of this solicitation. An original and 2 copies of the offeror?s proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Place of Performance
Address: Naval Research Laboratory, Washington, D.C.
Zip Code: 20375
Country: UNITED STATES
 
Record
SN01269550-W 20070411/070409221859 (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.