Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

J -- Removal, Replacement and Test of Radar Absorbing Material (RAM) with Test Equipment

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-09-R-JR13
 
Archive Date
6/10/2010
 
Point of Contact
Jerry L Riles, Phone: 202-767-0667
 
E-Mail Address
jerry.riles@nrl.navy.mil
(jerry.riles@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
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, N00173-09-R-JR13, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-32 and DFARS Change Notice 20090115. The associated small business size standard is 500 employees. NRL has a requirement for: CLIN 0001: (1, JO), Removal, Installation, and Test of Radar Absorbing Material (RAM); CLIN 0002: (1, EA), One Programmable Signal Generator; CLIN 0003: (1, EA), Traveling Wave Tube (TWT) Amplifier; CLIN 0004: (2, EA), Solid State GaAs Field Effect Transistor (FET) General Purpose Amplifiers; CLIN 0005, ((2, EA), Solid State GaAs FET High Power Amplifiers; CLIN 0006: (2, EA), Antennas; CLIN 0007: (1, EA), Dual Channel Power Meter; CLIN 0008: (2, EA), Digitally Controlled Programmable Attenuators; CLIN 0009: (2, EA), Single Position, Single Throw (SPST) Switches. An option will be included for CLIN 0010: (1, EA), Replacement of RAM covering the three axis flight motion simulator. The option item, if exercised, may be exercised at any time up to six months after the date of the initial award. Offers may propose on any or all line items. Multiple awards may result from this synopsis/solicitation. If made, multiple awards will only be made for individual pieces of test equipment (CLIN 0002 through CLIN 0009). The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/09jr13.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than one (1) year from date of award for CLIN 0001. CLINs 0002 through 0009 shall be delivered no later than six months after the date of award. If exercised, CLIN 0010 shall be delivered no later than six months from date of option exercise. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. For CLIN 0001 and CLIN 0010, if proposed, the provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers. The following factors are listed in descending order of importance. All evaluation factors other than price, when combined, are significantly more important than price: 1) Proposals will be evaluated on the extent to which the offeror understands the task areas and technical requirements as described in the Statement of Work. This evaluation factor will include the extent to which the proposal indicates a clear understanding of the importance of both the radar absorbing material performance and its layout within the Central Target Simulator (CTS) anechoic chamber to achieve the specified anechoic chamber performance, the extent to which the proposal includes either a new layout or states clearly that the current layout will be used, whether the proposal includes data from simulations/analyses that summarizes the expected performance of the refurbished CTS anechoic chamber, and whether the proposal includes data sheets for the types of radar absorbing material to be used on the project that show that the absorption, fire retardancy, and reflectivity specifications will be met. Also to be considered is whether the offeror manufactures and installs RAM and the extent to which the offeror understands the design of anechoic chambers. 2) Proposals will be evaluated on the offerors ability to schedule, manage and execute the work outlined in the Statement of Work. This evaluation will include the extent to which the offeror provides information on the team it proposes to execute this project, including which parts of the effort each team member will perform, and how the proposed team will work together to accomplish the overall effort. The evaluation will also include the extent to which a project manager is proposed, the expertise and experience of this individual in managing similar projects, and the amount of corporate resources available to this manager. This evaluation will also include whether the offeror provides a schedule for the project, including the amount of downtime anticipated for the on-site tasks of absorber removal, surface preparation, absorber installation, and performance testing. 3) Proposals will be evaluated on the offeror’s recent performance on similar projects. This evaluation factor will include the extent to which large initial RAM installation or RAM refurbishment projects have been completed or are currently underway, the number of such projects which have been performed in the past five (5) years, the extent to which the offeror’s products and workmanship met the customer’s technical requirements, the extent to which the offeror adheres to project schedules, and whether letters of recommendation and references were included in the proposal. 4) Proposals will be evaluated on the price proposed. For CLINS 0002 though 0009, 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. A site visit is hereby scheduled on 19 JUN 2009 at 10:00 AM EST at the Naval Research Laboratory, Washington, DC. Site visit details and requirements are available at http://heron.nrl.navy.mil/contracts/09jr13.htm. All prospective offerors are urged to attend the site visit. Directions to the Naval Research Laboratory can be found at http://www.nrl.navy.mil/content.php?P=DIRECTIONS Failure of a prospective offeror to attend the site visit or submit questions will be construed to mean that the offeror fully understands all requirements of the solicitation. No individual site visits will be scheduled. Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. 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, FAR 52.219-4, FAR 52.219-8, FAR 252.219-9 (Alternate II), FAR 52.219-16, FAR 52.219-25, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, 52.222.21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-50, FAR 52.225-1, FAR 52.225-5, FAR 52.225-13, FAR 52.232-33, 52.247-64, 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 252.205-7000, DFARS 252.219-7003, DFARS 252.225-7012, DFARS 252.225-7021, DFARS 252.226-7001, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002 DFARS 252.247-7023, DFARS 252. 247-7024. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii), DFARS 252.225.7013. 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 jerry.riles@nrl.navy.mil in either Microsoft Word or pdf format. 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. For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 08 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm -One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.- Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). An original and 4 copies of the offeror proposal shall be received on or before 17 July 2009 at 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-09-R-JR13/listing.html)
 
Record
SN01841302-W 20090612/090610235459-ffe18737ef1f103448051ba66d020ac6 (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.