Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

K -- Anechoic Chamber Upgrade

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-12-R-SE01
 
Archive Date
2/8/2013
 
Point of Contact
Eric J Sogard, Phone: 228-688-5980, Richard D Sewell, Phone: 228-688-4571
 
E-Mail Address
eric.sogard@nrlssc.navy.mil, rich.sewell@nrlssc.navy.mil
(eric.sogard@nrlssc.navy.mil, rich.sewell@nrlssc.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 but a written solicitation will not be issued. This solicitation, N00173-12-R-SE01, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-55 and DFARS Change Notice 20120130. The associated small business size standard is 500 employees. NRL has a requirement for an upgrade of its Anechoic Chamber. The upgrade shall include: CLIN 0001 Removal & Disposition of existing Chamber CLIN 0002 Preparation of chamber surfaces (walls, ceiling etc.) for installation of new absorber CLIN 0003 Delivery and Installation of New Absorber CLIN 0004 Acceptance Test and Performance Validation of modified Anechoic Chamber CLIN 0005 Warranty CLIN 0006 Data OPTIONS: CLIN 0007 Closed Circuit Television System (CCTV) CLIN 0008 Rubberized Absorber CLIN 0009 Spare Material SITE VISIT: A site visit is anticipated on 29 FEB 2012. Information regarding the site visit is available at the RFP link below. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/12SE01.html 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. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors should carefully review this provision for instruction for submission of offers. Offerors shall submit written proposals addressing at a minimum the Offeror’s (a) overall technical approach to include optional items, (b) demonstrated personnel, management and company experience for the same or similar type efforts, (c) detailed drawings of absorber layout, (d) demonstrated verification of absorber performance in accordance with the minimum requirements set forth in Attachment (1), (e) acceptance test plan, (f) Schedule, (g) warranty and (h) ability to provide optional items. This may include product literature, technical approach narrative or other documents in sufficient detail to evaluate compliance with the requirements in the solicitation. 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. TECHNICAL UNDERTANDING: The proposal will be evaluated on the Offeror’s understanding of the required tasks and technical requirements as described in the Statement Of Work/Specifications and other attachments. The proposals will be evaluated on the demonstrated depth and soundness of the Offeror’s technical understanding and technical approach to meeting the requirements; including: (a) Overall technical approach narrative including options (b) Detailed drawings of absorber layout (c) Demonstrated performance engineering analysis/simulations confirming anticipated absorber performance. (d) Adequacy of the proposed Acceptance Test Plan (e) Delivery and performance schedule (f) Warranty (g) Optional items 2. Personnel/Management/Company Experience: The proposals will be evaluated on the offerors demonstrated ability to execute and manage the work outlined in the SOW; including: (a) Demonstrated quality and experience of the team members who will perform the work; (b) Proposed management approach to include providing a Project Manager or equivalent with responsibilities as single technical point of contact for the effort and company, corporate resources available. (c) Corporate or company experience in the same or similar type efforts. 3. Past Performance: the proposals will be evaluated on the Offeror’s performance on recent similar projects. The proposals will be evaluated on: (a) the relevancy and assessment of the last two (2) to five (5) contracts or subcontracts completed by the offeror or predecessor companies during the past five (5) years for providing custom chamber absorber upgrades to facilities or services similar in nature to this requirement; and (b) how well the contractor performed on the contracts. Offerors shall contact the contracting organizations identified pursuant to the above paragraph as soon as possible and request them to email past performance information on the identified contracts to: eric.sogard@nrlssc.navy.mil. The email shall reference solicitation N00173-12-R-SE01 – Past Performance. The past performance report which is available electronically in full text at http://heron.nrl.navy.mil/contracts/home.htm may be provided to the contracting organization for this purpose. If the contracting organization has already collected past performance information on the contract pursuant to FAR Subpart 42.15, the format used to collect the information may be used instead of the past performance report. Offerors may include in their proposals specific information relating to problems encountered in performing the identified contracts and any corrective actions by the offeror. Offerors should not provide general information on their performance on the identified contracts as this will be obtained from the contracting organizations. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP’s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. Offeror shall 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 with Alternate I, 52.204-10, 52.209-6, 52.209-9, 52.209-10, 52.219-6 with Alternate I, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-16, 52.223-18, 52.225-13, 52.232.33. 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 252.203-7000, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 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). and DFARS 252-211-7007 fill in none. Facsimile proposals are NOT authorized. Proposals shall be received on or before the response date noted above. Proposals may be transmitted by e-mail to eric.sogard@nrlssc.navy.mil, in either Microsoft Word or pdf format followed by an original of the offeror proposal mailed to the following address: Contracting Officer, Naval Research Laboratory-SSC, Code 3235, Building 1008, Stennis Space Center, MS 39529-5004. The package should be marked with the solicitation number, due date and time. The Contract Specialist must receive any questions concerning the RFP no later than 10 calendar days before the response date of this solicitation. Questions may be transmitted by e-mail to eric.sogard@nrlssc.navy.mil, or may be submitted by mail to the address above. 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 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). 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/Code3235/N00173-12-R-SE01/listing.html)
 
Record
SN02670391-W 20120210/120208234906-9257fd95f737069c89aa8f912cb55c69 (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.