Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
DOCUMENT

66 -- Laboratory Data Acquisition and Control System - Statement of Work

Notice Date
5/29/2008
 
Notice Type
Statement of Work
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N0042108R0086
 
Archive Date
6/20/2008
 
Point of Contact
Ismaela M Ramirez, Phone: (301) 757-2619
 
E-Mail Address
ismaela.ramirez@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION. 1. Synopsis as described at FAR 5.207. (a) Content 1. Action Code: TBD 2. Date: 29 May 2008 3. Year: 2008 4. Government Printing Office (GPO): TBD 5. Contracting Office Zip Code: 20670-1127 6. FSC Code: 6640 7. Contracting Office Address: NAVAIR, Contracts, 21983 Bundy Road, Unit 7, Bldg 441, Patuxent River, MD 20670-1127. 8. Subject/Item Title: Laboratory Data Acquisition and Control System 9. Solicitation Number: N00421-08-R-0086 10. Opening Date: 29 May 2008 Closing Date: 19 June 2008 11. Point of Contact: Ismaela Ramirez, (301) 757-2619 12. Solicitation: same as #9 13. Contract Award Dollar Amount: $258,000.00 14. Contract Line Items: CLINS 0001, 0002, 0003, 0004 15. Anticipated Contract Award Date: End of July 2008 16. Contractor: TBD For small business size standard: 500 number of employees 17. Description: see attached Statement of Work 18. Place of Performance: Naval Air Warfare Center Aircraft Division’s Materials Laboratory, 48066 Shaw Road, Patuxent River, MD 20670 19. Set Aside Status: None (b) Transmittal: via FedBizOpps and NAVAIR homepage. (c) Description: 1. NSN: N/A 2. Specification: see attachment 3. Manufacturer: N/A 4. Size, Dimensions, or other form, fit or functional description: see attached Statement of Work (SOW) 5. Predominant Material of manufacture: N/A 6. Quantity: TBD 7. Unit of Issue: Each 8. Destination Information: Inspection & Acceptance and FOB will be at destination 9. Delivery Schedule: 30 days after contract award 10. Duration of the Contract Period: TBD 11. N/A 12. N/A 13. None 14. N/A 15. All responsible sources may submit an offer/proposal which shall be considered. 16. The solicitation will be made available via FedBizOpps and NAVAIR homepage from 29 May 2008 through 19 June 2008. 17. POC Email: ismaela.ramirez@navy.mil 18. Technical data are not available. 2. Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6 and 13.5, 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. Please note that the Statement of Work is included as an attachment in FedBizOpps and NAVAIR websites (at http://www.navair.navy.mil/doing_business/open_solicitations). (ii) This solicitation number is N00421-08-R-0086 and is issued as a combined synopsis and RFP. (iii) The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. (iv) The NAICS code for this procurement is 334519. The total estimated dollar value for this procurement is roughly estimated to be $258,000.00. This solicitation is being pursued to be full and open competition. The contract type is anticipated to be a Firm-Fixed Price contract. (v)The contract line item numbers are: CLINS 0001-Main System, 0002-System Accessory, 0003-System Installation, 0004-System Training. (vi) Description of Requirements: Laboratory Data and Control System Acquisition which consists of (1) Main System for testing and analysis using the latest technology in digital signal processing and MS Windows programming (2) System Accessory which includes operation manuals (3) System Installation, and (4) System Training. See attached for further details. (vii) Delivery: 30 days after contract award. Delivery and Acceptance: Patuxent River, Maryland. FOB: Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors --Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation – Commercial Items applies to this acquisition. The evaluation criteria in paragraph (a) of this clause that will be used are listed in descending order of importance: 1. Technical capability: The Government will evaluate the extent that your technical proposal meets the requirements specified in the Statement of Work. 2. Past performance (three customers within the last five years) a. Instruction: The contractor shall submit a list of a minimum of three (3) contracts or subcontracts currently ongoing or completed within the last five years that are either directly related or similar in scope, magnitude, and complexity to the requirement of this solicitation. Contracts listed may include those entered into with the Federal Government, agencies of state and local Governments, and commercial customers performed by the contractor or proposed subcontractor. Offers that are newly formed entities without prior contracts should list contracts and subcontracts in which key personnel proposed for this effort were directly involved. Each contract cited is limited to 2 pages each. Include the following information for each contract and subcontract: i. Name of contracting activity ii. Contract Number iii. Period of Performance iv. Contract Type v. Contract work description vi. Total contract value vii. Name, email address, phone number of the Contracting Officer’s Representative or Task Order Manager or Technical Point of Contact for whom the work was performed viii. Name and phone number of Contracting Officer The offerors are reminded that both independent data and data provided by the offerors in their proposals may be used to evaluate past performance. Since the Government may not necessarily interview all sources provided by the offerors, it is incumbent upon the offeror to explain the relevance of the data provided. b. History of similar work. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) have performed similar work in size and scope. c. Customer support. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) have provided satisfactory customer support. d. Proven, existing capability and software. The Government will evaluate the extent that you/your proposed subcontractors (if applicable) have demonstrated the existing capability to perform the work described in the Statement of Work. e. Quality and ease of use. The Government will evaluate whether the proposed solution is flexible, easy to set up, and easy to control. 3. Price/Cost and Fee a. Detailed itemized price list (including, but not limited to, testing, installation, training, verification support services) b. Best value to the government Note: The offeror shall provide sufficient detail and breakdown per item/element (including installation/service fees, administration/support fees, etc) to allow the contracting officer to determine the reasonableness of the proposed price/cost. The price/cost proposal shall be submitted as a separate file. No pricing information shall appear in the proposal’s technical files. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Offerors shall fill out this provision and submit it with their offer. (xi) The clause at FAR 52.212-4, Contract Terms and Condition – Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Within this clause are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-19, Child Labor—Cooperation with 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 the 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 the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act --Supplies 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim The provision at DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Offerors shall fill out this provision and submit it with their offer. The clause at DFARS 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. Within this clause are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-3, Gratuities 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustments 252.247-7023, Transportation of Supplies by Sea The following clauses and provisions also apply to this acquisition: 52.204-7, Central Contractor Registration 252.225-7000, Buy American Act and Balance of Payments Program Certificate (xiii) The following NAVAIR Clauses also apply to this acquisition: 5252.232-9513—Invoicing and Payment (WAWF) Instructions 5252.237-9509 – Inspection of Site 5252.232-9511-Notice of Requirement for Prompt Payment (xiv) DPAS: N/A (xv) Numbered Notes: N/A (xvi) Offers are due by 2:00 pm Eastern Standard Time, 19 June 2008 at the Naval Air Warfare Center Aircraft Division, Patuxent River, MD, 20670-1127. (xvii) All questions regarding this solicitation will be accepted in writing with the solicitation number in the subject line to: Ismaela Ramirez at ismaela.ramirez@navy.mil The Government will not accept faxed proposals. You may email your proposals to ismaela.ramirez@navy.mil or mail it to: Contracts, Attn: Ismaela Ramirez, Code 251335, 21983 Bundy Road, Unit 7, Bldg 441, Patuxent River, MD 20670-1127. This combined synopsis/solicitation will be posted on the NAVAIR homepage at http://www.navair.navy.mil/doing_business/open_solicitations and on FedBizOpps homepage. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to contractors.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97b41d695d093f1f8e4de649322a749e&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work for Laboratory Data Acquisition and Control System. (SOW_FTA.doc)
Link: https://www.fbo.gov//utils/view?id=6c17fdeb108e32e0d4655b89e456da4e
Bytes: 33.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Naval Air Systems Command, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01582961-W 20080531/080529221834-97b41d695d093f1f8e4de649322a749e (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.