Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

30 -- Mechanical Power Transmission Equipment

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, N00178 NAVAL SURFACE WARFARE CENTER DAHLGREN DIVISION 17632 DAHLGREN ROAD, DAHLGREN VA 22448-5110
 
ZIP Code
22448-5110
 
Solicitation Number
N0017808R1042
 
Response Due
9/4/2008
 
Archive Date
12/31/2008
 
Point of Contact
XDS05 540-653-7885
 
Small Business Set-Aside
N/A
 
Description
This synopsis/solicitation is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO in unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. FAR Subpart 13.5 procedures will be used. This is a combined synopsis/solicitation for one of the following: CLIN 0001: Motion table with the motion associated with sea state conditions. The use of all 6 axes simultaneously is intended. Sea State Conditions can be simulated using a motion table with a payload defined by the Load Requirements section, shown below. To simulate the desired ship motions, payload minimum Translation, Velocity, and Acceleration Requirements must be achieved. These requirements are defined in their respective sections. Load Requirements: Gross Moving Load (GML or Payload) greater than or equal to 2,500 kg; GML Moment of Inertia about x-axis greater than or equal to 5,000 kilogram meter squared; GML Moment of Inertia about y-axis greater than or equal to 5,000 kilogram meter squared; GML Moment of Inertia about z-axis greater than or equal to 5,000 kilogram meter squared; GML Center of Gravity above moving platform centroid greater than or equal to 1.0 meter. Translation Requirements: At least plus or minus 0.39 meter for the following displacements:a) Surge (Forward and Backward Motion) b) Sway (Left and Right Motion), and c) Heave (Up and Down Motion). At least plus or minus 20.0 degrees for all the following rotations: a) Roll b) Pitch, and c) Yaw. Velocity Requirements: a) Surge (Forward and Backward Velocity) at least a range of plus or minus 0.7 meter/second. b) Sway (Left and Right Velocity) at least a range of plus or minus 0.7 meter/second. c) Heave (Up and Down Velocity) at least a range of plus or minus 0.5 meter/second. d) Roll (Rotation about an axis) at least a range of plus or minus 25 degrees/second. e) Pitch (Rotation about an axis) at least a range of plus or minus 25 degrees/second. f) Yaw (Rotation about an axis) at least a range of plus or minus 25 degrees/second. Acceleration Requirements: a) Surge (Forward and Backward Acceleration) at least a range of plus or minus 7 meter/second2 b) Sway (Left and Right Acceleration) at least a range of plus or minus 7 meter/second2 c) Heave (Up and Down Acceleration) at least a range of plus or minus 7 meter/second2 d) Roll (Rotation about an axis) at least a range of plus or minus 100 degrees /second2 e) Pitch (Rotation about an axis) at least a range of plus or minus 100 degrees /second2 f) Yaw (Rotation about an axis) at least a range of plus or minus 100 degrees /second2. This solicitation, number N00178-08-R-1042, is issued as a Request for Proposal (RFP). This solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circulars 2005-26, Effective 12 Jun 2008 and Defense Acquisition Circular DCN 20080721. The NAICS Code associated with this procurement is 335314. All offerors must include a completed copy of FAR 52.212-3, Alt. I Offeror Representations and Certifications - Commercial Items, and DFAR 252.212-7000 Offeror Representations and Certifications - Commercial Items, as part of their proposal. The offeror shall convey and provide a copy of all standard manufacturer commercial warranties to the buyer. The following FAR and DFARS provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.212-1 Instructions to Offerors - Commercial Items, 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 (DEVIATION), FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-15 Energy Efficiency in Energy Consuming Products, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration, FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. Finally, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DoD Class (Mar 2008), (b)(5)(252.225-7012), (b)(7)(252.227-7015), (b)(15)(252.227-7037), (b)(16)(252.227-7037), (b)(17)(252.232-7003), (b)(19)(252.243-7002), (b)(20ii)(252.247-7023) Alternate I, (b)(21)(252.247-7024), DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments and DFARS 252.246-7003 Notification of Potential Safety Issues applies to this acquisition. This acquisition will occur via a Firm Fixed-Price (Commercial) contract. Award will be made to lowest price, technically acceptable offer. The closing date is 4 September 2008 at 2:00PM, Eastern Time. Anticipated Award date is 18 September 2008. All items shall be priced FOB-Destination, Dahlgren, VA. Delivery must be no later than 1 May 2008. THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR PROPOSAL AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE. Questions regarding this requirement may be sent to Code XDS05 at DLGR_NSWC_XDS05@navy.mil. Electronic proposal submission is encouraged at DLGR_NSWC_XDS05@navy.mil, but the proposal may also be faxed at (540) 653-7276 or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: XDS05, Bldg. 183, Room 200, 17632 Dahlgren Rd., Dahlgren, VA 22448-5110.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f4f45da2b30baed9c35d12b939dbc261&tab=core&_cview=1)
 
Record
SN01653158-W 20080829/080827222208-0f6a73551c6fc69ee361d80369362b19 (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.