Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
MODIFICATION

58 -- COVE Radio Simulator System - Amendment 2

Notice Date
2/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-10-T-0003
 
Point of Contact
Jessie Mechem, Phone: 407-380-4417, Roxy R Campos, Phone: (407) 380-4784
 
E-Mail Address
jessie.mechem@navy.mil, roxy.campos@navy.mil
(jessie.mechem@navy.mil, roxy.campos@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SWOS Work Permit Form 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; request for proposals are being requested and a written solicitation will not be issued. This solicitation, reference number N61339-10-T-0003, incorporates the provisions and clauses in effect through FAC 2005-38 (correction). All timely offers will be considered. This procurement is being solicited as unrestricted. The North American Industry Classification System (NAICS) Code for this requirement is 334220 with a business size of 750 employees. This procurement will be awarded using the Simplified Acquisition Procedures Commercial Item Test Program outlined in FAR part 13.5. A firm fixed price contract is contemplated. Requirements/Specifications: Attached to this combined synopsis/solicitation is a Statement of Work (SOW) and SWOS Work Permit form describing the government’s requirements. The CLIN structure of this acquisition will be as follows: CLIN 0001: BCG Radio Simulator System or Equal (in accordance with SOW 20100125) Deliverable items will be insured through final destination by the award recipient. All radio equipment shall be from the same manufacturer. Evaluation Process: The government expects to award a firm fixed price commercial purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose proposal will be the most advantageous to the government. Award will be made to the responsible offeror providing the best value to the government based upon technical capability, price and delivery terms. This proposal evaluation and award is a streamlined evaluation and award conducted pursuant to FAR 12.602, FAR 13.106-2, and Subpart 13.5. Under these FAR provisions, the government is not required to use formal source selection procedures of FAR subpart 15.3. Accordingly, this contract evaluation and award is not being conducted using formal source selection procedures of FAR subpart 15.3. The government has not drafted a formal evaluation plan and does not plan to utilize procedures such as competitive range determinations, oral or written discussions with all offerors within a competitive range. The government will strive to evaluate each offeror’s initial proposal fairly, evenly, and in accordance with the solicitation’s evaluation criteria. Thus, the offeror’s initial proposal should be clear, complete, demonstrate the offeror’s full understanding of contract requirements and contain the offeror’s best terms, conditions, and prices. Proposals shall include best delivery terms. Delivery shall be made FOB destination to: US Navy Surface Warfare Officer School (SWOS) 446 Cushing Road Newport, RI 02841-1209 Attn: Bob Nazro (401)-841-4726 The following FAR/DFARS provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items JUN 2008 52.212-3 Offeror Representations and Certifications—Commercial Items AUG 2009 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 52.225-2 Buy American Act Certificate (FEB 2009) The following FAR/DFARS clauses apply to this acquisition: 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions—Commercial Items MAR 2009 52.229-3 Federal, State and Local Taxes APR 2003 252.204-7006 Billing Instructions OCT 2005 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 Contract Terms and Conditions Required to implement statutes or executive orders-commercial items (DEC 2008) Within 52.212-5, the following clauses apply: 52.203-6 Restrictions of Subcontractor Sales To The Government (SEP 2006) ALT 1 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor—Cooperation with Authorities and Remedies AUG 2009 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action for Workers with disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans SEP 2006 52.222-50 Combating Trafficking in Persons FEB 2009 52.225-1 Buy American Act-Supplies FEB 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law For Breach of Contract Claim OCT 2004 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (JAN 2009) Within 252.212-7001: 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payment Program JULY 2009 252.232-7003 Electronic Submission of Payment Requests MAR 2008 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following NAVAIR clauses apply to this acquisition: 5252.204-9504 DISCLOSURE OF CONTRACT INFORMATION (JAN 2007) 5252.232-9513 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (MAR 2009) PROPOSAL SUBMISSION Proposal shall be submitted as follows: 1.Contractor shall provide a cost proposal. At a minimum, the cost proposal shall provide unit prices for the quantities of materials detailed in SOW appendix A and any other costs associated with satisfying the government’s requirements. 2.Contractor shall provide a detailed delivery and installation schedule. 3.Contractor shall provide COTS technical documentation as described in FAR 52.211-6 that detail compliance with SOW Appendix A. At a minimum, technical documentation shall include user manuals and product specifications and shall cover all system components. 4.The government reserves the right (if necessary) to request on-site product demonstrations at SWOS, after proposal receipt but prior to contract award, to validate offered solutions are compliant with SOW Appendix A. Vendors shall provide Representations and Certifications. If vendors are registered in ORCA, vendors shall submit supplemental information not provided in ORCA. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the internet at http://farsire.hill.af.mil. Vendors must be registered in the Central Contractor Registration (CCR), http://ww.ccr.gov/. Proposals shall be received no later than 12:00 pm EST, February 25th, 2010. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Naval Air Warfare Center Training Systems Division Orlando, Florida, 12350 Research Parkway, Orlando FL 32826, attn: Jessie Mechem, Fax: 407-380-4164, Telephone: 407-380-4417, E-mail: jessie.mechem@navy.mil. Vendors submitting their proposals via email are cautioned that files over 10MB and.zip files may be rejected by the Navy’s server. To ensure quotes are received in a timely fashion, vendors are highly encouraged to use multiple delivery methods. Please confirm receipt prior to closing date and time. For information or questions regarding this RFP, contact Jessie Mechem at (407) 380-4417.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-T-0003/listing.html)
 
Record
SN02062381-W 20100212/100210234630-6d2bad422c0f1076e7a940ebf2de2a53 (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.