Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

58 -- AN/VRC-110/RF-300M-HV Data and Remote Control Cables

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-08-R-0210
 
Response Due
9/26/2008
 
Archive Date
10/26/2008
 
Point of Contact
Point of Contact - Tiffany C Boatwright, Contract Specialist, 843-218-3221; Tiffany C Boatwright, Contracting Officer, 843-218-3221<br />
 
Small Business Set-Aside
Total Small Business
 
Description
N65236-08-R-0210-0002- 23 September 2008The purpose of this amendment is to answer questions, update drawing for rev 2 and provide clarification for other issues. Questions: 1)The end "A" connector described on the drawing specification, para. 4.1.1, states a DB-9F, which is a 25-pin connector. The required 9-pin connector should be a DE-9S or DE-9P. Response: This was a typo. Paragraph 4.1.1 should state DE-9F ( where F is for Female). We need the 9-pin connector. See http://www.nullmodem.com/DB- 9.htm. The "DB-9F" is not a 25 pin connector. It is the Government's understanding that the 9 stands for the number of pins. 2)The solicitation spec and para. 4.1.1 of the drawing both state jackscrews with female type ends while the drawing shows jack posts. Response: The drawing shows jackscrews with a female type (as stated in the specs and para. 4.1.1). Jack posts are not required. 3)The specification states that the cable shall flow toward the bottom of the radio, yet the drawing spec shows pin 29 of the 32-pin connector located in a way that would cause the cable to flow toward the top of the radio, since pin 29 is next to the connector key which is toward the top of the radio. Response: The connector on our drawing should show pins 29 and 32 located next to the connector key. 4) Please provide a cable assembly in order to create a schematic. Response: The Government does not have a cable assembly available. This is the first time these assemblies have been purchased. We currently have radios in theater without the appropriate cable. 5)Please provide Ohmmeter readings for the pins. Response: Please contact the Original Equipment Manufacturer (OEM) for Ohmeter readings of the radio. The radio is a type 1 encrypted device. SPAWAR does not have the authority to release proprietary data about the radios. 6) The gauge size of the cable used is 28 gauge. Can you please advise why 20 gauge is being specified? Response: The 20 gauge is correct. For this cable, the government requires 20 gauge cable. 7) Do we have a part number for the cable. Response: No. 8) What is the purpose of the contract number listed on bottom right of the cable specs document Response: Disregard. The contract number is not applicable to this procurement. The hour and date specified for receipt of offer remains 26 September 2008 at 2:00 PM. Offeror must acknowledge receipt of this amendment prior to the offer due date listed herein in writing. A simple statement acknowledging receipt of amendment 0002 is sufficient. N65236-08-R-0210-0001- 22 September 2008 The purpose of this amendment is to revise the solicitation specifications and drawing, request a product sample of the cable, and answer questions. 1. The detailed specifications and drawing are revised as attached (DATA- REMOTE CONTROL CAB Rev 1.pdf). Disregard all other drawings and specifications. 2. Under the "Additional Specifications" listed in the combined synopsis/solicitation, the cable length shall be 18 inches (shielded) instead of 12 inches. 3. A product sample shall be delivered to Tiffany Boatwright in care of Nancy Straight, Code 5.3.1.5.0, SPAWARSYSCEN Charleston, 1639 Avenue B North, North Charleston, SC 29405-1639 no later than 26 September 2008. The tracking number for this sample shall be sent along with your proposal no later than 2:00 PM EST on 26 September 2008. The Government will not pay any shipping costs related to the submission of the sample. The product sample shall be tested by the Government to determine technical acceptability. 4. Questions and Answers Question A. The cable length shall be 12 inches. What is the (wire) gauge of that? Answer A: The cable should be 18" long, and 20 gauge Question B: Under 4.1.2, End B connector- Who is the manufacturer? Answer B: End B connector- Harris and AMTI are the only manufacturers known by the Government. End A, the DB-9, is a common connector made by many manufacturers. 5. The hour and date specified for receipt of offer is hereby extended to 26 September 2008 at 2:00 PM. Offeror must acknowledge receipt of this amendment prior to the offer due date listed herein in writing. A simple statement acknowledging receipt of amendment 0001 is sufficient. Drawing and Specifications attached-17 September 2008 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. Solicitation number N65236-08-R-0210 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is being provided as a total small business set- aside. The applicable NAICS Code is 334220 and the size standard is 750 employees. This solicitation is for the purchase of the following line item: CLIN 0001 4,675 each AN/VRC-110/RF-300M-HV Data and Remote Control Cables The data and remote control cables shall connect the AN/PRC-152 and/or AN/VRC-110/RF-300M-HV to the TOCNET Intercom system. The cable shall feature a 32-pin connector for the AN/PRC-152 and the AN/VRC-110/RF-300M- HV data ports and a 9-pin D connector (female jack screws) for attaching to the TOCNET intercom system. The cable shall be able to control the radio's data and audio directly from the AN/PRC-152 or the AN/VRC-110/RF-300M-HV configuration. Additional Specifications: 1. Cable Length shall be 18 inches (shielded) 2. A 9-pin D connector w / female jack screws 3. A 32-pin connector that connects to AN/VRC-110/RF-300M-HV data port. The 32-pin housing connector shall be constructed with EMI thermoplastic to reduce interference. 4. Waterproof to 1- meter Detailed specifications and a drawing of the cable are attached. Required Delivery Date: Offeror shall propose soonest possible delivery date as number of days after receipt of order. Ship to Address: Receiving Officer SPAWARSYSCEN Charleston 1639 Avenue B North North Charleston, SC 29405-1639 M/F Code: TBD Inspection/Acceptance: Government/Destination Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement: DX-A7 The following provisions and clauses apply to this acquisition: - 52.203-3, Gratuities - 52.203-6, Restriction on Subcontractor Sales to the Government with its Alternate I - 52-211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use - 52.212-1, Instructions to Offerors - 52.212-3, Offeror Representation and Certifications-Commercial Items (Offerors must include a completed copy with offer) - 52.212-4, Contract Terms and Conditions-Commercial Items - 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items - 52.219-1, Small Business Program Representations with Alternate I - 52.219-6, Notice of Total Small Business Set-Aside -52.219-8, Utilization of Small Business Concerns - 52.219-14, Limitations on Subcontracting -52.219-28, Post Award Small Business Program Representation -52.222-3, Convict Labor -52.222-19, Child LaborCooperation with Authorities and Remedies -52.222-21, Prohibition of Segregated Facilities-52.222-26, Equal Opportunity -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 -52.222-50, Combating Trafficking in Persons -52.225-13, Restrictions on Certain Foreign Purchases -52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration -52.247-34, FOB Destination -252.205-7000, Provision of Information to Cooperative Agreement Holders -252.209-7001, Disclosure of ownership or control by the government of a terrorist country -252.212-7000, Offeror Representations and Certifications-Commercial Items (Offerors must include a completed copy with offer) -252.211-7003, Item Identification and Valuation -252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items -252.225-7001, Buy American Act and Balance of Payments Program -252.225-7012, Preference for certain domestic commodities -252.226-7001, Utilization of Indian Organizations and Indian-Owned Economic Enterprises-DoD Contracts -252.232-7003, Electronic Submission of Payment Requests -252.243-7001, Pricing of Contract Modifications -252.243-7002, Requests for Equitable Adjustment -252.247-7023 Transportation of Supplies by Sea (Alt. III) -252.247-7024 Notification of transportation of supplies by sea 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a 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. Award will be made to the lowest price, technically acceptable offer. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. THE FOLLOWING LOCAL CLAUSES ARE INCLUDED: G-317 WAWF INVOICING INSTRUCTIONS (FIXED PRICE CONTRACTS) (VAR 2) (a) "Invoice" as used in this clause does not include contractor's requests for progress payments. (b) The contractor will electronically submit its invoices using the Wide Area Workflow (WAWF) web site located at https://wawf.eb.mil. Please use the WAWF grid (see below) to assist you in entering mandatory data into WAWF. Information listed below in paragraph (c) should be submitted/uploaded as attachments to the invoice. FP Contracts Supply WAWF Table Invoice Type Supply Combo Invoice & Receiving Report Issued by N65236 Admin by DCMA (*) Inspect by N/A Service Acceptor N65236 (Logistics) LPO N/A Pay by DFAS (*) * To be completed at time of contract award (c) The use of copies of the Material Inspection and Receiving Report (MIRR), DD Form 250, as an invoice, is encouraged. DFARS Appendix F-306 provides instructions for such use. Copies of the MIRR used as an invoice are in addition to the standard distribution stated in DFARS F-401. (d) In addition to the requirements of the Prompt Payment clause of this contract, the contractor shall cite on each invoice the contract line item number (CLIN); the contract subline item number (SLIN), if applicable; the accounting classification reference number (ACRN) as identified on the financial accounting data sheets, and the payment terms. (e) The contractor shall prepare: __ a separate invoice for each activity designated to receive the supplies or services. __ a consolidated invoice covering all shipments delivered under an individual order. X either of the above. (f) If acceptance is at origin or destination, acceptance verification will be made via the WAWF web site. H-359 LIMITED RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (NOV 2003) (a) Definition. "Confidential business information," as used in this clause, is defined as all forms and types of financial, business, scientific, technical, economic, or engineering information, including patterns, plans, compilations, program devices, formulas, designs, prototypes, methods, techniques, processes, procedures, programs, or codes, whether tangible or intangible, and whether or how stored, compiled, or memorialized physically, electronically, graphically, photographically, or in writing if -- (1) the owner thereof has taken reasonable measures to keep such information secret, and (2) the information derives independent economic value, actual or potential from not being generally known to, and not being readily ascertainable through proper means by, the public. Confidential business information may include technical data as that term is defined in DFARS 252.227-7013(a)(14), 252.227-7015(a)(4), and 252.227-7018(a)(19). It may also include computer software as that term is defined in DFARS 252.227-7014(a)(4) and 252.227-7018(a)(4). (b) The Space and Naval Warfare Systems Command (SPAWAR) may release to individuals employed by SPAWAR support contractors and their subcontractors confidential business information submitted by the contractor or its subcontractors pursuant to the provisions of this contract. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of a proposal or execution of this contract, the offeror or contractor and its subcontractors consent to a limited release of its confidential business information. (c) Circumstances where SPAWAR may release the contractor's or subcontractors' confidential business information include the following: (1) To other SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in handling and processing information and documents in the administration of SPAWAR contracts, such as file room management and contract closeout. (2) To SPAWAR contractors and subcontractors, and their employees tasked with assisting SPAWAR in accounting support services, including access to cost- reimbursement vouchers. (d) SPAWAR recognizes its obligation to protect the contractor and its subcontractors from competitive harm that could result from the release of such information. SPAWAR will permit the limited release of confidential business information under paragraphs (c)(1) and (c)(2) only under the following conditions: (1) SPAWAR determines that access is required by other SPAWAR contractors and their subcontractors to perform the tasks described in paragraphs (c)(1) and (c)(2), (2) Access to confidential business information is restricted to individuals with a bona fide need to possess, (3) Contractors, their subcontractors, and their employees who are granted access to confidential business information have signed an appropriate non- disclosure agreement requiring them to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, (4) Contractors and their subcontractors having access to confidential business information have agreed under their contract or a separate corporate non- disclosure agreement to provide the same level of protection to confidential business information that would be provided by SPAWAR employees, and (5) SPAWAR contractors and their subcontractors performing the tasks described in paragraphs (c)(1) or (c)(2) have agreed under their contract or a separate non-disclosure agreement to not use confidential business information for any purpose other than performing the tasks described in paragraphs (c)(1) and (c)(2). (e) SPAWAR's responsibilities under the Freedom of Information Act are not affected by this clause. (f) If SPAWAR satisfies the conditions listed in paragraph (d), the contractor and its subcontractors agree to indemnify and hold harmless the Government, its agents, and employees from every claim or liability, including attorneys fees, court costs, and expenses, arising out of, or in any way related to, the misuse or unauthorized modification, reproduction, release, display, or disclosure of confidential business information provided by the contractor to the Government. (g) The contractor agrees to include, and require inclusion of, this clause in all subcontracts at any tier that requires the furnishing of confidential business information. L-349, Submission Of Electronic Proposals: (a) Offerors shall also submit their proposals electronically to SPAWAR under the instructions contained in this provision. Offerors shall submit their signed proposals as either scanned ("TIFF") or "PDF" documents. Electronic copies shall be submitted via the SPAWAR E-Commerce Central (SPAWAR E-CC). Offerors submitting electronic proposals (e-Proposals) shall register in the SPAWAR E-CC and select their own password in order to submit a proposal. Offerors are required to read the "Submitting a Proposal?" web page found in the SPAWAR E-CC. For information about "e-Proposal" submission, please visit the SPAWAR E-CC. The URL for the SPAWAR E-Commerce Central is https://e- commerce.spawar.navy.mil. (b) Each electronic file shall also be clearly marked to show the solicitation number and offeror's name. E-Proposal files shall not contain classified data. The offeror's e-proposal shall be in accordance with the requirements set forth below: (1) Adobe Acrobat version 4.01 or greater shall be used to create the "PDF" files. (2) The proposal submission files may be compressed (zipped) into one, ZIP file entitled "PROPOSAL.ZIP" using WinZip version 6.3 or greater. (c) Bids and proposals submitted electronically will be considered "late" unless the bidder or offeror completes the entire transmission of the bid or proposal prior to the due date and time for receipt of bids or proposals. This paragraph (c) supplements the submission, modification and withdrawal of bids and proposals coverage in the FAR 52.212-1 "Instructions to Offerors--Commercial Items", FAR 52.214-7 "Late Submissions, Modifications, and Withdrawals of Bids", FAR 52.214-23 "Late Submissions, Modifications, Revisions, and Withdrawals of Technical Proposals under Two-Step Sealed Bidding", or the FAR 52.215-1 "Instructions to Offerors--Competitive Acquisition" provision contained in the solicitation. The point of contact for information regarding this combined synopsis/solicitation is: Tiffany C. Boatwright, Code 0223TB, (843) 218-3221 or fax (843) 218-5947, Email: Tiffany.Boatwright@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=69868bf1492d9e418dd98ed9ad6aae21&tab=core&_cview=1)
 
Place of Performance
Address: 1639 Avenue B North North Charleston, SC<br />
Zip Code: 29405<br />
 
Record
SN01678924-W 20080925/080923220235-69868bf1492d9e418dd98ed9ad6aae21 (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.