Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

66 -- Arbitrary Waveform Generator

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-R-0017
 
Archive Date
8/28/2010
 
Point of Contact
Melissa Bucci, Phone: 7323231578
 
E-Mail Address
melissa.bucci@navy.mil
(melissa.bucci@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is combined synopsis/solicitation for commercial items authorized under Subpart 13.5 and prepared in accordance with the format in 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. (ii) This solicitation number, N68335-10-R-0017, is issued as a competitive request for proposals (RFP). (iii) The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-31. This requirement is IAW the attached SOW/Specification. (iv) The NAICS code associated with this requirement is 334519, with a small business size standard of 500 employees. (v) Contract Line Item Numbers are as follows: CLIN 0001, Year 1 – Production Units – Dual Channel Arbitrary Waveform Generator (AWG); CLIN 0002, Year 2 – Production Units – AWG; CLIN 0003, Year 3 – Production Units – AWG; CLIN 0004, Technical Manual, IAW CDRL T001 – 125 each. Step Ladder Quantities of 1-30, 31-60, 61-90, 91-122 apply to CLINs 0001-0003. A calibration sticker (start date and end date) and warranty sticker certificate (start date and end date) shall be affixed to each main component. (vi) The Naval Air Warfare System, Aircraft Division, Lakehurst, NJ (NAWCAD LKE) intends to procure the AWG for use by Navy personnel in shipboard and shore-based laboratories and by other DoD personnel in secondary calibration laboratories, to calibrate Identification Friend or Foe (IFF) test sets, and Commercial-off-the-Shelf (COTS) equipment such as Radio Frequency (RF) power meters, frequency counters and time domain reflectometers. (vii) Delivery shall be 180 days ARO. Inspection shall be at Destination and Acceptance shall be at Destination. FOB is Destination. Ship all items to: N48535 (BUC), NAVAIR ISS Facility, Bldg. 612, Bay 9, CALSTDS, MCAS Beaufort, Beaufort SC 29904-5017, Attn: Joe Perry (848) 524-1405. Items shall be preserved, packaged, unitized, and marked per the requirements of American Society for Testing and Materials (ASTM) standard practice. (viii) FAR 52.212-1, Instructions to Offerors – Commercial Items, is incorporated by reference. Addendum 52.212-1: All offerors competing for award are required to provide a proposal in three volumes: Volume 1 (2 copies) – Price Proposal, Certifications and Representations; Volume 2 (four copies) – Technical Proposal to include a Cross Reference Matrix (CRM), Operations and Maintenance Manual, and Descriptive Literature; and Volume 3 (2 copies) – Past Performance Information. Offeror is to provide past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on a comparison between the descriptive literature and the AWG Specification attached to this solicitation. (ix) FAR 52.212-2, Evaluation – Commercial Items, is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest price, technically acceptable offeror. Offerors will be evaluated on a pass/fail basis. A Cross Reference Matrix is required that links the technical specification requirements to the hardware that is proposed to fill those requirements. Offerors shall complete Attachment 0002 – Cross Reference Matrix as follows: each specification requirement must be addressed along with the reference to technical information provided that substantiates technical compliance. Reference information (i.e. technical manuals, literature, data sheets, drawings, component diagrams or brochures) is required in the CRM that shows where in the proposal literature the information can be found that demonstrates compliance for each technical element stated in the AWG specification, CSS 09-0223. If the information is not specifically found in the literature, the offeror shall describe in detail how the equipment meets the specification. If offerors proposal is deemed technically acceptable, it will then be evaluated to determine satisfactory or neutral Past Performance which shall be evaluated on a pass/fail basis. The rating for Past Performance will be low risk, high risk, and neutral. A neutral or low risk Past Performance rating is considered passing. A high risk Past Performance rating is considered failing. Past Performance data submitted must have a logical connection to the requirement set forth in the AWG specification. Offerors shall submit the following information as part of their proposal for both the offeror and proposed major subcontractors. List performance data on three (3) most recently completed contracts (not to exceed 3 years since completion) for same or similar equipment. Offerors shall complete Attachment 0003 – Past Performance Data Evaluation Sheet for each contract. The Government reserves the right to verify/confirm all form information. Failure to submit the data sheets with the proposal shall be considered certification that the contractor has no past performance for similar items. The Contract Performance Assessment Reporting System (CPARS) will be utilized to validate past performance, as well as any other sources available. If a proposal has been determined acceptable under each of the non-price factors listed above, the Government will then evaluate the proposal for the lowest price. The pricing shall be evaluated based upon a quantity of 30 each for CLIN 0001, Year 1 – Production Units – Dual Channel Arbitrary Waveform Generator (AWG); 30 each for CLIN 0002, Year 2 – Production Units –AWG; and 30 each for CLIN 0003, Year 3 – Production Units – AWG. The price proposal will be evaluated to determine if the offerors prices are realistic, accurate and reasonable. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items and DFARs 252.212-7000, Offeror Representations and Certifications – Commercial Items with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions – Commercial Items, is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, is incorporated by reference. The following provisions incorporated into FAR 52.212-5 apply: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, ALT II; 52.219-16, Liquidated Damages—Subcontracting Plan; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 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 Union Dues or Fees; 52.225-1, Buy American Act—Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration. (xiii) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, is incorporated by reference. The following provisions incorporated into DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.219-7003, Small Business Subcontracting Plan; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. (xiv) The following provisions/clauses also apply to this procurement: 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding Responsibility Matters; 52.209-6, Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed Debarment; 52.216-18, Ordering; 52.216-19, Order Limitation; 52.216-22, Indefinite Delivery; 52.222-25, Affirmative Action Compliance; 52.222-54, Employment Eligibility Verification; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.242-13, Bankruptcy; 52.246-2, Inspection of Supplies – Fixed Price; 52.246-15, Certificate of Conformance; 52.247-34, F.O.B. Destination; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 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; 252.209-7002, Disclosure of Ownership of Control by a Foreign Government; 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.211-7003, Item Identification and Valuation; 252.212-7000, Offeror Representations and Certifications – Commercial Items; 252.225-7013, Duty Free Entry; 252.224-7031, Secondary Arab Boycott of Israel; 252.227-7013, Rights In Technical Data – Noncommercial items; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material Inspection and Receiving Report; 252.247-7022, Representation of Extent of Transportation by Sea. Full text of each provision and clause provided above can be located at either https://www.arnet.gov/far or https://www.farsite.hill.af.mil/. The following local clauses apply: 5252.232-9511, Notice of Requirements for Prompt Payment (NAVAIR); 5252.232-9513, Invoicing and Payment (WAWF) Instructions; 5252.204-9504, Disclosure of Contract Information (NAVAIR); 5252.216-9506 Minimum and Maximum Quantities (NAVAIR) (MAR 1999) As referred to in paragraph (b) of FAR 52.216-22 ' Indefinite Quantity' of this contract, the contract minimum quantity is 3 each; the maximum quantity is 125 each. (xv) The Government requires a warranty of two (2) years for production units, and the warranty includes all parts and labor. (xvi) Offers are due by 2:00 p.m. EST, 06 August 2010 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25223 M. Bucci, Hwy 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR part 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. (xvii) The Government Point of Contract for this synopsis/solicitation is Melissa Bucci, (732) 323-1578, email: melissa.bucci@navy.mil. This combined synopsis/solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil/doing_business/open_solicitation/. Hard copies of this combined synopsis/solicitation and amendments will NOT be mailed to contractors. Please look for amendments on the webpage. The Government will not accept electronic proposals, nor facsimile. ATTACHMENTS/EXHIBITS Attachment 0001 – AWG Specification Attachment 0002 – Cross Reference Matrix Attachment 0003 – Past Performance Evaluation Data Sheet CDRL T001 – Operator/Service Manual
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0017/listing.html)
 
Record
SN02232864-W 20100808/100807000204-7381117036d238f25695debc60908734 (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.