Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

60 -- Fiber Optic Distributed Temperature Sensor (DTS) units

Notice Date
11/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-18-Q-0463
 
Point of Contact
Jason Buck, Phone: 4018328390
 
E-Mail Address
jason.buck@navy.mil
(jason.buck@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This combined synopsis and solicitation is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitation to the internet. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items and in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. A Naval Distributed Temperature Sensor Unit Comparison will be completed via a Two (2) Phase process. Phase One (1) will be for the offeror to demonstrate its products capabilities. The government will evaluate and test potential offeror's Fiber Optic Distributed Temperature Sensor (DTS) units in accordance with the technical parameters listed below. This phase will be at contractor expense and the government is not obligated to provide funds associated with this phase. Phase Two (2) will be conducted to notify qualified vendors and to allow for the receipt and evaluation of quotes once testing has been completed. The result of this phase will be a competitive award for a base and options as defined further below. Phase One (1): Evaluation and Testing of DTS Units The Naval Undersea Warfare Center Division Newport is conducting testing to validate technical specifications of multiple Fiber Optic Distributed Temperature Sensor (DTS) units by measuring the water temperature in real time along a cable. Fiber optic cables will be provided by the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT). Test Date: Monday, December 4 th, 2017 through Friday, December 8 th 2017. Test Location: Naval Undersea Warfare Center Seneca Lake Detachment, Dresden, New York. NOTE: The Naval Undersea Warfare Center Division Newport will not provide any funding for participation. Companies interested in participating should contact Jason Buck at jason.buck@navy.mil. Participants must execute a Cooperative Research and Development Agreement (CRADA) prior to arrival. If your product contains any hazardous material in any form, the participants must state so in their request for participation in the demonstration. Participants must attest its product meets or exceeds the minimum requirements listed in the table below in order to participate in the demonstration. All participating companies will be made aware that collected data shall not be duplicated, used or disclosed in whole or in part without the written permission of the offeror. All data will be protected as proprietary source selection information. Phase 2 The pass/fail criteria appear in Table 1 below. If a candidate fails to meet any of the Pass/Fail criteria, the candidate will be removed from consideration under Phase 2. Table 2 lists the tradeoff parameters that the government may consider following the tests. Tradeoff parameters only apply to candidates that meet or exceed all of the Pass/Fail criteria, i.e. a candidate that does not meet all of the Pass/Fail criteria cannot be remediated by tradeoff consideration. The following parameters are treated as Pass/Fail: Sensing Distance, Temperature Sensing Range, Temperature/Spatial/Time Resolution, Ambient Operating Temperature Range, and Cooling Method. Pass/Fail Criteria The following are applicable to both Single Mode and Multi-Mode Distributed Temperature Sensors Parameters Minimum Requirements Sensing Distance ≥ 1.5km Temperature Sensing Range 0 o C ≤ x ≥ 70 o C Temperature and Distance Resolution within Time Achieve 0.1 o C in 1m within 3min or less sample time Ambient Operating Temperature Range 0 o C ≤ x ≥ 50 o C Cooling Method Air cooled Parameter/Factor Capability Levels Mode Single-mode and or Multi-mode Both single and Multi-mode Number of Channels 1 to 2 channels 3 to 6 channels 7+ channel Maximum Acceptable Dimensions 0.5m x 0.5 x 0.3m 0.5m x 0.483m x 0.134m (19 inch rack mountable) 0.4m x 0.27m x 0.085m Weight < 50kg < 25kg < 10kg Interface Serial Serial and Ethernet Serial, Ethernet, and other methods The factors above are listed in descending order of importance. Capability levels within each factor are listed in ascending order of preference. All non-price factors, when combined, are significantly more important than Price. Price will increase in importance as competing proposals approach equality in non-price factors or when Price is so significantly high as to diminish the value of technical superiority to the Government. Receipt of Proposals and Pricing from Qualified Vendors This solicitation notice will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-18-Q-0463. Proposed DTS Unit technical data and DTS test data collected during Phase One (1) will be evaluated concurrently. Test data collected during Phase One (1) will ultimately be used to determine qualified vendors for Phase Two (2). The North American Industry Classification Systems (NAICS) code for this requirement is 334519; Small Business Size Standard is 500 employees. This procurement is being processed as Unrestricted as concurred with by the NUWCDIVNPT Office for Small Business Programs. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to purchase the following on a Firm-Fixed Price basis. CLIN 0001: Single-mode or Multi-mode Fiber Optic Distributed Temperature Sensor (DTS) units, QTY: 3 CLIN 0002, OPTION 1: Single-mode or Multi-mode Fiber Optic Distributed Temperature Sensor (DTS) units, QTY: 10, exercise by date is 1 year After receipt of Order CLIN 0003, OPTION 2: Single-mode or Multi-mode Fiber Optic Distributed Temperature Sensor (DTS) units, QTY: 10, exercise by date is 2 years After receipt of Order CLIN 0004, OPTION 3: Single-mode or Multi-mode Fiber Optic Distributed Temperature Sensor (DTS) units, QTY: 10, exercise by date is 3 years After receipt of Order CLIN 0005, OPTION 4: Single-mode or Multi-mode Fiber Optic Distributed Temperature Sensor (DTS) units, QTY: 10, exercise by date is 4 years After receipt of Order For CLINs 0002 through 0005 the contractor shall provide pricing for two quantity ranges as follows: 1-5 Price: 6-10 Price: The award value analysis will be based on the purchase of 10 units. The tradeoff analysis will be performed based on a weighted average of the max value of each range at the proposed price. The purchase order will include the above Contract Line Item Numbers (CLINs) for base year requirements and CLINs for four (4) option years. F.O.B. Destination Naval Station Newport: Newport, RI. Required delivery is six (6) weeks after date of award and/or option exercise. Early and partial delivery is acceptable. Offers must include shipping costs in quotes, if applicable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required. Payment will be via Wide Area Workflow. In accordance with FAR 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all Options to the total price for the basic requirement. Evaluation of Options will not obligate the Government to exercise the option(s). The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the best value to the government. In order to be determined the best value to the government the government will consider: (1) the extent to which the offerors quoted items meeting the above minimum specifications and/or exceed the stated tradeoff requirements, in the required quantities; (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable; (3) the government will consider price. The tradeoff analysis will be performed in accordance with the above stated relative importance. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offerors shall include the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNS. All timely offers will be considered. Offers must be submitted via email to jason.buck@navy.mil no later than 2:00 PM EST on 28 November 2017. Offers received after the close date are late and will not be considered for award. For information on this acquisition contact Jason Buck at jason.buck@navy.mil or 401-832-8390.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-Q-0463/listing.html)
 
Record
SN04738391-W 20171115/171113230954-037aaf9d7d13b4e334ad1717053d041b (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.