Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOLICITATION NOTICE

16 -- MULTIFUNCTION FLIGHT DISPLAY SYSTEM FOR NOAA WP-3 AIRCRAFT - Statement Of Work - Multifunction Flight Display System for NOAA WP-3 Aircraft

Notice Date
6/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NMAN6000-15-00974
 
Archive Date
8/6/2015
 
Point of Contact
Ronald F Anielak, Phone: 816-426-2115, James E. Price, Phone: (816) 426-7464
 
E-Mail Address
ronald.f.anielak@noaa.gov, james.e.price@noaa.gov
(ronald.f.anielak@noaa.gov, james.e.price@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work - Multifunction Flight Display System for NOAA WP-3 Aircraft This is a commercial acquisition over $25,000.00. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this announcement. This is a solicitation for the U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), located at MacDill AFB, FL. The government intends to issue a fixed price contract for the purchase of two (2) Multifunction Flight Display Systems for WP-3D aircraft. This notice constitutes the only Request for Quote (RFQ) and a written solicitation will not be issued. DOC, EAD-KC requires that all contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM please access the following web site: http://www.sam.gov. In order to register, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at http://www.dnb.com/eupdate or by phone at (800) 333-0505. This notice is hereby issued as RFQ No.NMAN6000-15-00974. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-81. The FAR (52) and CAR (1352) clauses and provisions incorporated into this acquisition are: CLAUSES 52.203-3 Gratuities (APRIL 1984) 52.204-13 System for Award Management Maintenance (JULY 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) Section (b)(1),(2),(4),(8),(9),(14),(18), (22), (25), (26), (27), (28), (29), (30), (31), (33), (40), (41), (43), (44), (50) 52.217-5 Evaluation of Options (JUL 1990) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) 1 year from date of award 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.247-34 FOB Destination (NOV 1991) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 1352.201-70 Contracting Officer's Authority (APR 2010) 1352.201-72 Contracting Officer's Representative (COR) (APR 2010) (Determined at contract award) 1352.209-71 Limitation of Future Contracting (APR 2010) 1352.209-72 Restrictions Against Disclosure (APR 2010) 1352.209-73 Compliance With the Laws (APR 2010) 1352.209-74 Organizational Conflict of Interest (APR 2010) 1352.246-70 Place of Acceptance (APR 2010) (NOAA, Aircraft Operations Center, MacDill AFB, FL) 1352.270-70 Period of Performance (APR 2010) (180 days after receipt of order) PROVISIONS 52.204-7 System for Award Management (JUL 2013) 52.209-7 Information Regarding Responsibility Matters (JUL 2013) 52.212-1 Instructions to Offerors - Commercial Items (APR 2014) - 52.212-2 Evaluation-Commercial Items (JAN 1999) (see Technical Evaluation Criteria section) 1352.209-70 Potential Organization Conflict of Interest (APR 2010) 1352.233-70 Agency Protests (APR 2010) (b) James Price, DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (c) DOC/NOAA/Eastern Acquisition Division-KC Office, 601 E. 12th Street, Room 1734, Kansas City, MO 64106 (e) James Rhodes, US Department of Commerce, Office of the General Counsel, Contract Law Division, Room 5893, Herbert C. Hoover Building, 14th Street and Constitution Avenue, NW., Washington, DC 20230. FAX: (202) 481-5858 1352.233-71 GAO and Court of Federal Claims Protests (APR 2010) Text File - Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (MAR 2015) Text File - Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements (DEVIATION 2015-02 (FEB 2015) FAR clauses and provisions are available on the internet website: http://www.acquisition.gov/far. CAR clauses and provisions are available on the internet website: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3fb01eeae7b9c808d918ae0d557a63df&rgn=div5&view=text&node=48:5.0.6.47.44&idno=48 STATEMENT OF WORK (SOW): See attachment to this notice PRICE/QUOTE: This is a purchase for a minimally customized commercial-off-the-shelf (COTS) item. The line items will be quoted and completed in accordance with the terms and conditions and specifications specified. Prices quoted for contract line item numbers shall be fixed-price inclusive of all costs. CLIN 0001 - Preliminary Design Review in accordance with SOW Qty 1 ea Amount $_________________ CLIN 0002 - Critical Design Review (CDR) in accordance with SOW Qty 1 ea Amount $___________________ CLIN 0003 - Multifunction Display System in accordance with SOW Qty 2 sets Unit Price $____________ Amount $___________________ CLIN 0004 - Engineering Support in accordance with SOW. Not-to-Exceed Qty 100 hrs Unit Price per HR $____________ Amount $_____________ CLIN 0005 - Spare Line Replaceable Units (Contractor to provide spares price list) Not-to-Exceed Qty 5 ea Unit Price $_____________Amount $_____________ Submission of Quote Signed and dated quotes must be submitted. Quotes must be received on or before 11:30 AM Central time on July 22, 2015. Quotes may be e-mailed to: Ronald.F.Anielak@noaa.gov A quote submitted in response to this combined synopsis/solicitation must include the following in order to be considered responsive to this request: 1.Provide Technical submittal with specific responses to the below five (5) Technical Evaluation Criteria 2.Past performance references (no more than three) 3.Pricing information for CLINs Technical Evaluation Criteria The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12.6 using procedures of FAR Part 13. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, the technical evaluation, and price. The Government will award the order to the contractor that is determined the BEST VALUE to the Government including detailed requirements and desired capabilities. Technical qualities and price will be considered. The system's technical evaluation is significantly more important than price. The following technical evaluation criteria are listed in order of decreasing importance. 1 - The respondent shall provide clarification/explanation of the component(s) to include historical usage, if any. This portion of the response should clarify how the component meets all the detailed requirements. Note: Specific parameters and data of interest to be evaluated for best fit for the NOAA WP-3D mission and application include: 1.2 - Dimensions including overall, display, mounting 1.3 - Weight 1.4 - Power consumption (with heaters on, if part of configuration). 1.5 - Environmental qualifications, specifying environmental conditions that the proposed product has been shown to be in compliance as well as conditions for which the product has either not been tested for compliance or is not compliant. If qualified, identify the cognizant engineering authority. 1.6 - Passive/Active cooling description 1.7 - Calculated and if available, actual, Mean Time Between Failure (MTBF) data for each LRU 1.8 - Video input type/quantity 1.9 - Viewing angle 1.10 - Viewable/Usable screen size 1.11 - Display Resolution 1.12 - Specular reflection (I.E. <1% per MIL-L-85762A) 1.13 - Chromaticity 1.14 - Luminance 1.15 - Luminance/Day/Night control ability 1.16 - Backlight technology, including region control capability 1.17 - Manufacturer unique performance discriminators from other competitors 1.18 - Does the processor support an ARINC 661 (Cockpit Display System Interfaces to User Systems) Graphical User Interface (GUI) interface for current or future curser controlled display modes? 1.19 - Card/Backplane interfaces 1.20 - Non-video digital inputs - Types and quantity 1.21 - Ethernet network capability 1.22 - Is there component commonality with the proposed WP-3D compatible Electronic Engine Instrument Display system? 1.23 - Any associated Technical Standard Order(s) (TSOs), Supplemental Type Certificate(s) (STCs) or other flight releases from cognizant aeronautical engineering design authority (e.g. Department of Defense (DoD), Federal Aviation Administration (FAA), European Aviation Safety Agency (EASA). 1.24 - Artifacts providing evidence of DO-178C compliance, and environmental and electromagnetic compatibility MIL-STD qualification 1.25 - document system offered and which product of such meets which of the desired capabilities per SOW 2. The system will be evaluated for ease of use, operating modes and mode control, display representations, viewable display area, viewing angle, display brightness range and control. Offeror demonstration at the offeror's site is an acceptable, but not required, means to demonstrate this criteria. Government video recording of any demonstration, for Government use, shall be allowed. 3. The system shall be evaluated for ease of installation. Display installation utilizing the existing instrument panel support structure without modification is highly preferred to a system which will not fit within the available space without modification of support structure: Component weight which does not exceed the weight of the existing instruments is preferred. Minimal wiring between the display processor/display generator unit and the displays is preferred. 4. The offeror shall document the number of similar systems fielded, and the differences between these systems and the system proposed for this NOAA WP-3D application. Contact information for a minimum of 2 system users shall be provided. The offeror's past performance on related contracts will be evaluated to determine as appropriate, successful performance of goods and services, communications between contracting parties, proactive management and customer satisfaction. The proposal shall include specific contract references and clearly address relevant past performance on (both Government and non-Government) contracts and subcontracts to provide airborne electronic engine instrument display systems. The offeror should include the name of the customer, including contracting agency, address, and phone number, contract number, type of contract, dollar value, date of contract, period of performance, place of performance and a brief description of contract work scope and responsibilities. No more than 3 references shall be included and all references shall be within the last 5 years. 5. The offeror shall address product lifecycle plans and obsolescence planning. Additional Information The currently available installation space is as defined in Statement of Work Para. 2.4.4. Respondents with products which may not fully meet the currently available panel space and obstructions limitations are encouraged to propose options or obtain clarification data relating to the available installation space. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government please segregate proprietary information. Please be advised that all submissions will not be returned. The Government does not intend to host an information exchange meeting to discuss the RFQ with interested potential respondents. Requests for clarification will be accepted within 3 weeks following initial release of this RFQ. Responses to requests for clarificatuion will be provided as an amendment to the RFQ at the sole discretion of the Government. Requests for clarification are to be directed to Ronald Anielak, Contract Specialist - NOAA Affiliate via email at Ronald.F.Anielak@noaa.gov All responsible offerors may submit a response to this combined synopsis/solicitation which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NMAN6000-15-00974/listing.html)
 
Place of Performance
Address: contractor's facility, United States
 
Record
SN03757059-W 20150610/150608235220-dbe9e5109c2e433ae6ac07367f05d666 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.