Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1998 PSA#2024

HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218

16 -- COMMERCIAL ACTIVE NOISE REDUCTION SYSTEM (ANRS) SOL F41624-98-R-1004 DUE 021798 POC Susan Madrid, Contract Specialist, (210) 536-4726 WEB: click here to download a copy of the RFP, http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html. E-MAIL: click here to contact the contract specialist via e-mail, Susan.Madrid@hermes.brooks.af.mil. A -- ACTIVE NOISE REDUCTION SYSTEM (ANRS) SOL F41624-98-R-1004 POC Susan M. Madrid, Contract Specialist, (210) 536-4726; Sharon Bickford, Contracting Officer, (210) 536-4584. This is a combined synopsis/solicitation for commercial items (CIs) prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included. This announcement constitutes the only solicitation. A separate written solicitation will not be issued. Proposals are being requested and may be submitted on company letterhead stationary. Offeror's proposal shall be valid for 180 calendar days. Anticipated award date is 30 June 98. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS is incorporated by reference and applies to this solicitation and can be found at http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html under the Listing of Solicitation files (Please note the address is case sensitive). The offeror's proposal and product samples are to be received no later than 4:00 pm Central Standard Time on 17 Feb 98 to the following address: Department of the Air Force, Headquarters Human Systems Center (AFMC), 8107 13th Street, Brooks Air Force Base, TX 78235-5218, to the attention of Ms Sharon Bickford, Contracting Officer. The Government requires the following product sample to be furnished in accordance with FAR 52.212-1, Instructions to Offerors -- Commercial Items 52.212-1(d): Fifteen (15) ANR systems: a) The product samples shall be complete and production representative. b) The Government shall not assume any cost for the product samples, to include costs for their delivery or return. c) At the Government's expense, the Government will conduct test and evaluation. d) The Government may terminate test efforts upon demonstrated noncompliance with any Subfactor (2) requirement. Upon completion or termination of government testing, the product samples may be returned to the offeror upon request. However, the government shall not assume or incurany obligation for the return, condition, or quantity of product samples returned. e) Product samples not meeting the Subfactor (1) requirements or selected as a best value candidate may be returned to the offeror upon request at offeror's expense. NOTE: At the end of this solicitation it will read END, if the offeror's copy stops before this point contact the POC. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. This acquisition is unrestricted and is not a Set Aside for Small Business. SIC code # 3669. The Contract Line Item Numbers (CLINs) are CLIN 0001 for One Thousand, Five Hundred, and Sixty-three (1563) Active Noise Reduction Systems for installation in the HGU-55/P helmet; CLIN 0002 Replacement Components for ANR system (please price items separately). The contractor shall deliver CLINs 0001 and 0002 NLT 12 MACA. Delivery is FOB destination, to HQ AFSOC/DOOTL, 100 Bartley St, Ste 250, Hurlburt Field, FL 32544-5273. In accordance with FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (Oct 1997), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the best value to the Government, cost and other factors considered. The best value approach will permit the Government to have tradeoffs among cost or price and non-cost factors and allow the Government to accept other than the lowest price proposal. The following factors shall be used to evaluate offers: (1) Technical capability, (2) Cost, and (3) Past performance. Factor (1) Technical Capability: Of the item offered to meet the government requirement and completeness of test documentation, the offeror shall provide existing technical documentation, test results or technical analysis, to substantiate compliance with the Salient Characteristics 1 thru 30. Test results should include test methodology, test equipment and parameters, and supporting test data. When conveying requirement compliance for salient characteristics, relevant aspects of circuit design, components, mechanical construction, materials, etc. should be addressed. Downselect Criteria: Compliance with Subfactor (1) requirements must be met in order to be considered for Subfactor (2) evaluation. Failure of the offer to demonstrate compliance by providing technical documentation will result in an offer being removed from further consideration. The Government will determine a single candidate to proceed into the Subfactor 2 evaluation from those offerors demonstrating compliance with the Subfactor (1) requirements. Compliance with Factor (1) shall be determined from the Subfactor 1 and 2 results. For Subfactor 2, the Government will conduct Test and Evaluation of product samples to assess technical capability and operational suitability . Factor (2) Cost: The offerors shall provide current commercial catalog prices, and warranty information to include terms, conditions, covered items, return procedures, and processing time. Replacement component prices (eg., earcushions, foam, earcups, ANR modules, cabling, etc.) are required for those components intended to be replaced. Factor (3) Past Performance: The offerors shall comply with instructions identified in FAR 52.212-1 para (b) (10). The Offeror shall also discuss existing production capability, (hard tooling, test equipment, procedures, etc.), build and delivery to date. The offeror shall submit a list of current customers for the offered system or similar systems to include POCs and phone numbers. The customer list shall consist of product users who can provide feedback on system suitability and operational performance. Due to limited space, Subfactors 1 and 2 can be found at http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 97) with its proposal. FAR Clauses: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (May 97) by reference can be found at http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 96) (Please note the clauses that have the strike-through mark are not applicable to this solitication.) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisition of commercial items: (1) 52.222-3, Convict Labor (Aug 96) (E.O. 11755); and (2) 52.233-3, Protest After Award (Aug 96) (31 U.S.C 3553). The Contractor agrees to comply with the FAR clauses in this paragraph(b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Jul 95) (41 U. S. C. 253g and 10 U.S. C. 2402). (2) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 97) (41 U.S. C. 423). (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (Jun 97) (15 U.S.C. 637 (d)(2) and (3));(4) 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d) (4));(5) 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)).(6) 52.222-26, Equal Opportunity (Apr 84) (E.O. 11246). (7) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 84) (38 U.S.C. 4212).(8) 52.222-36, Affirmative Action for Handicapped Workers (Apr 84) (29 U.S.C 793). (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 88) (38 U.S.C 4212).(10) 52.225-3, Buy American Act Supplies (41 U.S.C. 10). See DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 94)(11) 52.225-9, Buy American Act Trade Agreements Act Balance of Payments Program (Jan 96) (41 U.S.C. 10, 19 U.S.C. 2501-2582).{Reserved} 52.225-18, European Union Sanction for End Products (E.O. 12849).(14) 52.225-19, European Union Sanctions for Services (E.O. 12849).(15)(i) 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (15)(ii) Alternate I of 52.225-21.(16) 52.239-1, Privacy for Security Safeguards (5 U.S.C. 552a).(17) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Aug 96) (46 U.S.C. 1241).(c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components:(Contracting Officer check as appropriate.) (1) 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351,et seq.). (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a)); (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). Additionally, the following DFAR clauses apply: 252.225-7012 Preference for Certain Domestic Commodities (Feb 97) and 252.227-7037 Validation of Restrictive Markings on Technical Data (Nov 95). END (0030)

Loren Data Corp. http://www.ld.com (SYN# 0208 19980203\16-0003.SOL)


16 - Aircraft Components and Accessories Index Page