Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
MODIFICATION

58 -- Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract for T-30D or equal Navigation Test Sets.

Notice Date
12/6/2007
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-08-R-B406
 
Response Due
12/13/2007
 
Archive Date
2/11/2008
 
Point of Contact
Fern McAvay, 732-532-0973
 
E-Mail Address
US Army C-E LCMC Acquisition Center - DAAB07
(fern.mcavay@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to provide changes to the synopsis/solicitation as follows: Changes: The following changes have been made as a result of this amendment: Only the changed portions are shown herein. Revised Clau ses - FAR 52.212-1 Instructions to Offerors - Commercial Items Addenda to 52.212-1: The following factors should be addressed in the proposal: 1) Technical Factor- The Offerors technical proposal shall be in compliance with SOW and pro vide documented evidence of the Offerors capability to meet the technical requirements stated herein. 2) Performance Risk Factor- The Government will assess the relative risks associated with an offeror's likelihood of success in performing the solic itation's requirements as indicated by that offeror's record of past performance. 3) Schedule Factor - The Offeror shall provide a delivery schedule to meet or exceed the required delivery schedule stated herein. 4) Price - The Offeror shall provid e a price proposal for a five-year ordering period. FAR 52.212-2 Evaluation- Commercial Items Changes: (a) The Government intends to award one contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The evaluation factors are listed in descending order of importance. The Technical Factor is sign ificantly more important than the Performance Risk Factor, which is slightly more important than Schedule Factor, which is slightly more important than the Price Factor. The Technical Factor, Performance Risk Factor and Schedule Factor, when combined, are significantly more important than the Price Factor. 1) Technical Factor- The offeror`s proposal shall demonstrate their ability to understand the requirement and capability to meet the physical and performance requirements stated in the SOW. 2) Performance Risk Factor- The Government will assess the relative risks associated with an offeror's likelihood of success in performing the solicitation's requirements as indicated by the offeror's record of relevant past performance. Relevant past pe rformance includes purchase orders and contracts with the Department of Defense over the past three years. 3) Schedule Factor- The Government will evaluate the Offerors ability to deliver the items in accordance with the required delivery schedule. 4) Price Factor- The Total Evaluated Price will be the sum of the Total Evaluated Firm Fixed Price (FFP) CLIN/SLINs as defined below. FFP line Items, Range Quantities - The total evaluated price for each CLIN/SLIN will be calculated by computin g a weighted average price and multiplying the weighted average unit price by the evaluation quantity for that CLIN/SLIN. This procedure will be followed for each range priced CLIN/SLIN for each performance period (Years 1 through 5). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition. Changes: The following clauses in paragraph (b) also apply: 52.203-6, 52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3 , 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-3, 52.225-5, 52.225-13, 52.232-29, 52.232-33; FAR 52.216-19 Order Limitations Changes: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $25,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 200; (2) Any order for a combination of items in excess of 200; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. FAR 52.219-22 Indefinit e Quantity Changes: (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors an d Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract 6 mont hs beyond contract expiration. The following clauses were added - Local Clause 52.6115, Material Inspection and Receiving Reports, DD Form 250, DFARS Appendix F DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certific ate The following clauses were deleted - FAR 52.223-11, Ozone-Depleting Substances; FAR 52.233-1, Disputes; FAR 52.243-01, Changes  Fixed Price (Supplies); FAR 52.246-2, Inspection of Supplies - Fixed Price; The following na rrative was deleted from the solicitation requirement - Initial delivery order quantity shall be meeting the Flexible Long Term Contract minimum requirements and there shall not be a minimum quantity requirement for the out years of the contract. The following statement was moved to the SOW, paragraph 3.1, Requirements for Packaging: Items are to be packaged in a single box to help reduce the logistical footprint, and to provide the deployability and mobility the aviation community needs t o increase the aircrafts combat readiness. Statement Of Work (SOW) and Contract Line Item Number (CLIN) structure were embedded within the synopsis/solicitation itself as follows: Statement of Work 1.0 Scope. This Statement of Work (SOW) defines the efforts required to produce a navigation Test Set by this solicitation in accordance with the Documents listed below. 2.0 Applicable Documents. The following documents are applicable to the extent cited. 2.1 Military and Federal Stds Document No. Document Title Applicability MIL-STD- 129 P w/Change 3 Military Marking for Shipment and Storage Required MIL-STD- 130 M Identification Marking of U.S. Military Property Required MIL-STD- 2073-1 Sta ndard Practice for Military Packaging Required ISPM 15 International Standards for Phytosanitary Measures Required AR 700-15 Packaging of Material Required 2.2 Military and Federal Specs Document No. Document Title Appl icability NONE 2.3 Other DoD Documents Document No. Document Title Applicability NONE 2.4 Commercial Documents Document No. Document Title Applicability ASTM D 3951-98 Standard Practice for Commercial P ackaging 3.0 Requirements. The contractor shall produce, test and deliver a navigation test set comparable in function to the T-30D Navigation Test Set, Part No. T-30D 90000053 in accordance with terms and quantities set forth in the solicitation a nd in accordance with the requirements of this SOW issued by the government. All contract deliverables must meet the product specifications defined in the brochures or web pages as advertised by the original equipment manufacturer. In the event of a confl ict between the requirements of this SOW and any drawings for the required item proposed by an offeror, the requirements of this SOW shall govern. 3.0.1 Technical Requirements. The navigation test set shall be designed for one-man operation to test the Instrument Landing System, which consists with a VHF Omni-Directional Range (VOR), a Glide Slope (GS), a Localizer (LOC) and a Marker Beacon (MB), from the cockpit or flight deck meeting parameters that are outlined as follows: Physical Characteristics: Size: 15 X 10 X 7 in. or smaller Weight: 20 lbs or less Input Power: 120/220 VAC 50-400 Hz or Internal Battery Environmental: Stora ge: -30? to +70? C Operating: -20? to +55? C VOR Frequency 108.05 MHz ? 0.025% 108.00 MHz ? 0.025% Power Range +13 to 93dBm +/-3dB Note: May be achieved by combination of direct connect and antenna port Attenuation 110 dB in 1 dB steps Modulation Audio Frequency 30/9960 Hz Audio Frequency Accuracy ? 0.02% AM Depth 30 ? 2% FM Deviation 480 ? 30 Hz Distortion less than 5% Indicator Deflection/Be aring Fixed 0? to 360? +/-0.1? in either 45? or 30? steps Variable +/-10?  15? around selected bearing or 0? to 360? in 0.1? steps Tone 1020 Hz ? 2% GS<B R> Frequency 334.70 MHz ? 0.025% 334.55 MHz ? 0.025% Power Range +11 to 99dBm +/-3dB Note: May be achieved by combination of direct connect and antenna port Attenuation 110 dB in 1 dB steps Modulation Audio F requency 90/150 Hz Audio Frequency Accuracy ? 0.02% AM Depth 40 ? 3% Distortion less than 5% Phase Accuracy 90 to 1150 Hz ? 10? Indicator Deflection On Course 0.0 ? 0.01DDM/0.175 ? 0.025 DDM Variable Minimum -0.175 to + 0.175 DD M Step Minimum Up and Down; 1&2 Dots Delete 90 and/or 150 Hz LOC Frequency 108.15 MHz ? 0.025% 108.10 MHz ? 0.025% Power Range +13 to 93dBm +/-3dB Note: May be achieved by combination of direct connect and ant enna port Attenuation 110 dB in 1 dB steps Modulation Audio Frequency 90/150 Hz Audio Frequency Accuracy ? 0.02% AM Depth 20 ? 2% Distortion less than 5% Phase Accuracy 90 to 1150 Hz ? 10? Indicator Deflection On Course 0.0 ? 0.01DDM/0.155 ? 0.02 DDM Variable Minimum -0.155 to + 0.155 DDM Step Minimum Left and Right; 1&2 Dots Tone 1020 Hz ? 2% MB Frequency 75.0 MHz ? 0.005% Power Range +13 to 92dBm +/-3dB Note: May be achieved by combination of direct connect and antenna port Attenuation 110 dB in 1 dB steps Modulation Audio Frequency 400/1300/3000 Hz Audio Frequency Accuracy ? 2% AM Depth 95 ? 5% Distortion less than 10% <B R> 3.1. Requirements for Packaging. 3.1.1 Packaging Requirement: Commercial Packaging in accordance with Standard Practice For Commercial Packaging, ASTM D 3951-98, with level of Protection (LOP) = Commercial, Level of Pack (LPK) = Commercial, Quantity Unit Pack (QUP) = 001; Marking shall be in accordance with MIL-STD-129P. Items are to be packaged in a single box to help reduce the logistical footprint, and to provide the deployability and mobility the aviation community needs to increase the aircrafts combat readiness. 3.1.2. Phytosanitary Measures For Wood Packaging Material (WPM), Nonmanufactured soft and hard wood materials identified as intended for use in the construction of wooden pallets, wood containers, and blocking and bracing shall be heat treated (HT) to a core temperature of 56 degrees Centigrade for 30 minutes, certified, and marked by an accredited agency recognized by the American Lumber Standards Committee (ALSC) in accordance with their Nonmanufactured Wood Packing Poli cy and Nonmanufactured Wood Packing Enforcement Regulations, both dated 30 May 2001. 3.1.2.1 Interim Policy on Phytosanitary Measures for Wood Packagin g Material (WPM) Transiting International Borders. 3.1.2.1.1 New WPM acquired by DoD Components to include contractors, shall be compliant with International Standards for Phytosanitary Measures (ISPM) Number 15, Guidelines for Regulating Wood Packa ging Material in International Trade, United Nations (UN), Food and Agriculture Organization (FAO). Within the United States, the DoD Components and contractors, shall also adhere to the American Lumber Standard Committee (ALSC) and the National Wood Palle t and Container Association (NWPCA), guidelines on Pest Free WPM. In overseas areas, DoD Components shall procure all WPM in compliance with host nation implementation of UN IPPC Phytosanitary standards, if such standards have been implemented. 3. 1.2.1.2 Existing WPM: DoD Components including contractors shall prevent non-compliant WPM from entering the inventory. Non-compliant WPM shall be remediated into compliance by taking actions needed to allow the application of the DoD mark or IPPC internat ional mark, by the most economic means, prior to entering the Defense Transportation System (DTS). The DoD Components shall inspect, treat, replace, or repack non-compliant WPM using the most economical solution that meets the required delivery date. 3.1.2.1.3 DoD Components are defined as all entities, including contractors, that engage in logistical functions supporting elements of the U.S. Armed Forces. 3.2 Requirements for Unique Item Identification (UID). The contractor shall ma rk all contract deliverables In Accordance With (IAW) the following requirements. 3.2.1 UID Marking. The contractor shall provide UID, or DoD recognized equivalent, for all items delivered. UID markings shall be IAW MIL-STD-130M. 3.2.1.1 C ommercial Markings. All items shall have acceptable commercial markings that meet the guidelines in Department of Defense (DoD) Guide to Uniquely Identifying Items http://www.acq.osd.mil/dpap/UID/. 3.2.1.2 Permanency and Legibility. The UID markin g and identification plates, tags, etching, or labels when used on equipment, parts, assemblies, subassemblies, units, sets, groups, or kits shall be as permanent as the normal life expectancy of the item and be capable of withstanding the environment, tes t, cleaning, repair, and rebuild procedures specified for the item. Legibility shall be as required and verified for ready readability per MIL-STD-130M. 3.2.1.3 Deleterious Effect. Marking of items shall be accomplished in a manner that will no t adversely affect the life and utility of the item. Marking materials creating hazardous conditions shall not be used. Placement and choice of the marking shall not create hazardous conditions. 3.2.2 UID Coding. UID markings and readability requi rements shall comply with MIL-STD-130M. 3.2.2.1 The human readable characters and the machine readable UID symbology will be marked on the hardware. The order of priority when there are space limitations shall be in accordance with MIL-STD-130M. T he 2D machine readable UID is the minimum requirement when there are severe space limitations. 3.2.2.2 If the technical data has not specified the marking location, markings shall be located such that they are visible during item use, provided that sufficient space is available, and does not interfere with equipment operations. 3.2.2.3 Serial Numbers. The contractor shall meet the requirements of MIL-STD-130M to establish the UID. The contractor shall insure that the UID is unique for that item from all other items forever. 3.2.2.4 If items are not described by Government Product Technical Data (i.e. Commercial Items), the contractor shall submit diagrams showing placement and description of the UID marking and applicable installat ion and processing instructions for government review and approval IAW with CDRL for DI-MISC-80711A and this SOW. CONTRACT DATA REQUIREMENTS LIST (1 Data Item) Form Approved OMB No. 0704-0188 Public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to Department of Defense, Washington Headquarters Services, Directorate for Information Operations and Reports, 1215 Jefferson Davis Highway, Suite 1204, Arlington, VA. 22202-4302, and to the Office of Management and Budget, Paperwork Reduction Project (0704-0188), Was hington, DC 20503. Please DO NOT RETURN your form to either of these addresses. Send completed form to the Government Issuing Contracting Officer for Contract/PR No. listed in Block E. A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY: 0006AA A TDP TM OTHER MISC D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR Navigation Test Set 1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP A001 Scientific and Technical Reports UID Marking Diagram/I nstructions 4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED TOTAL PRICE DI-MISC-80711A SOW Para 3.2.2.4 AMSEL-LC-CCS-N-AN INSERT 7. DD 250 REQ 9.DIST STATEMENT REQUIRED 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION IN DD ONE/P SEE ITEM 16 b. COPIES SECT. B 8. APP CODE N/A 11. AS OF DATE 13. DATE OF SUBSEQUENT SUBMISSION a. ADDRESSEE Draft Final A N/A SEE ITEM 16 Reg Repro 16. REMARKS: Item 4: Delete Block 10.2 of Data Item Description (DID) and prepare in accordance with the Statement of Work. Item 12: Delivery of draft shall be 120 DAC. Government has 30 days to review/comment. Item 13 Delivery of final s hall be 30 days after receipt of Government comments. Item 14: All digital files will be provided both by electronic submission, e.g., e-mail, FTP, etc., as arranged with the requiring office, and also by CD ROM, readable by computers r unning Microsoft Windows. AMSEL-LC-CCS-N-AN 1 1 0 15. TOTAL 1 1 0 G. PREPARED BY H. DATE I. APPROVED BY J. DATE Ivan McGowan AMSEL-LC-CCS-N-AN Electronics Engineer 03 / 22 / 07 Michael J. Linkletter AMSEL-LC-CC S-N-AN Chief, Airborne Navigation Branch 03 / 22 / 07 DD Form 1423-1, 1 Jun 90 3.2.2.3.1. The contractor shall maintain an accurate, current list of UIDs for all manufactured items on this contract. Dates of manufacture, substitutions, shop changes, etc. shall be included on this list. The list shall be available for inspection by the PCO or other Government representative at any time during the life of this contract. 3.2.3. Pricing of UID Requirements. All efforts required by this SOW, including the preparation of ECPs or notification of marking deficiencies and the actual marking of hardware, will be included in the base contract price. 3.2.4. UID Data Submittals: The contractor shall enter the UID data submittals into the W ide Area Work Flow (WAWF) system. See the DoD website for the latest information http://www.acq.osd.mil/dpap/UID/. 3.3 Requirements for Radio Frequency Identification (RFID). The contractor shall apply passive RFID tags to all items identified un der this contract shipped to DoD IAW MIL-STD-129P w/Change 3, Paragraphs 4.9 through 4.9.4. 3.3.1 Passive RFID tags shall be applied to case shipments and palletized unit load shipments. The item packaging (unit pack) for items requiring a unique identification (UID) mark will not require RFID tagging until 1 January 2007 except when the UID item packaging is the case or exterior of a palletized unit loa d. 3.3.2 IAW with MIL-STD-129P w/Change 3, the contractor shall refer to the Supplier Implementation Plan located at http://www.dodrfid.org for implementation dates, detailed information concerning the applicable commodities, and participating co nsignor/consignee locations. 3.4 Inspection and Testing. The contractor shall perform final inspection and testing on all deliverables in accordance with the contractors Inspection and Testing Procedures. The contractor shall assure that all neces sary inspections and tests are performed on completed products, and this shall include all inspections and tests, which are normally performed for the equipment on order. The contractor shall as a minimum perform any inspections and tests (including visua l/mechanical inspections and functional tests) required to satisfy the form, fit and function requirements of the contract. The form, fit and function requirements are defined by the contractors drawings and literature (specification sheets, brochures, t echnical manuals, etc.) 3.4.1 Responsibility. The requirements of this SOW do not relieve the contractor of the responsibility to perform any additional tests or inspections required to assure product quality and compliance with drawings and speci fication requirements. 3.4.2 Records. The contractor shall maintain adequate records of inspections and tests to demonstrate that the final product satisfies contract requirements. The Government has the right to review these records at any time.< BR> 3.5. Commercial Warranty. The contractor shall provide their standard commercial warranty for this item. The U.S. Army intends to procure the following Commercial items: Navigation Test Set, T-30D or equal Shall be produ ced in accordance with SOW above Contract Year 1 - Date of Award through 12 months thereafter Range Quantity CLIN 0001 From To Unit Price 1 50 51 100 101 150 151+ Contract Year 2 Range Quantity CLIN 0002 From To Unit Price 1 50 51 100 101 150 151+ Contract Year 3 Range Quantity CLIN 0003 From To Unit Price 1 50 51 100 101 150 151+ Contract Year 4 Range Quantity CLIN 0004 From To Unit Price 1 50 51 100 101 150 151+ Contract Year 5 Range Quantity CLIN 0005 From To Unit Price 1 50 51 100 101 150 151+ CLIN 0006 Scientific and Technical Report Unit Price UID Marking Diagram/Instructions shall b e provided in NSP accordance with DD Form 1423, DI-MISC-80711A, Exhibit A, Data Item A001 The solicitation closing date has been extended to 4:00 PM EST on 13 December 2007 as a result of this amendment. All offers are to be submitted throu gh the IBOP. Questions should be directed to: Ms. Fern McAvay, 732-532-0973. Registration guidance is provided under User Services at the User Registration Link on the IBOP Website. For technical IBOP related issues unrelated to registration, call (732 )532-1840/5246. A copy of the synopsis/solicitation complete with this amendment has been posted on the IBOP website under Solicitation Number W15P7T-08-R-B406. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/USAMC/DAAB07/W15P7T-08-R-B406/listing.html)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01465597-F 20071208/071206232714 (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.