Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

Naval Research Laboratory, Attn: Code 3230, 4555 Overlook Avenue, SW, Washington, DC 20375-5326

58 -- DEEP TOWED SEAFLOOR MAPPING SYSTEM SOL N00173-00-R-LS09 DUE 082100 POC Lisa Fleming, Contract Specialist, Code 3230.LS (202)767-3739, Carol Parnell, Contracting Officer E-MAIL: click here, fleming@contracts.nrl.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Solicitation number N00173-00-R-LS09 is hereby issued as a request for proposal (RFP). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18 and DCN 2000-0606. This RFP is being issued under full and open competition. The standard industrial classification code is 3812 with a small business size standard of 750 employees. The Naval Research Laboratory has a requirement for Contract Line Item Numbers (CLINs) and Sub Contract Line Item Numbers (SubCLINs) as follows: 0001: The Contractor shall provide a Deep Towed Seafloor Mapping System in accordance with the required specifications, 1 LO; 000101: Dual Frequency Full Spectrum Chirp Side Scan Sonar System; 000102: Full spectrum Chirp Sub bottom Profiler System; 000103: Telemetry/multiplex System; 000104: Tow body Depth Sensor; 000105: Tow Vehicle Acoustic Positioning System; 000106: Topside Digital Data Acquisition, Display and Processing System; OPTION ONE -- CLIN 0002: The Contractor shall provide an Integrated Towfish Motion Sensing Package, 1 EA; OPTION TWO -- CLIN 0003: Emergency Recovery System, 1 EA; OPTION THREE -- CLIN 0004: The Contractor shall provide a Swath Bathymetry, 1 EA; OPTION FOUR -- CLIN 0005: The Contractor shall provide an Interface to the Laboratory's existing Geometrics G880 Magnetometer, 1 EA; OPTION FIVE -- CLIN 0006: The Contractor shall configure the Wet end Electronics Pressure Vessel to a 6000 meter working depth capability without major redesign or modification except for the replacement of pressure vessel and connectors and rate the Sidescan and Chirp sub-bottom profiler transducers to 6000 meter working depth, 1 LO; AND OPTION SIX -- CLIN 0007: The Contractor shall provide fiber optic tow cable capability, 1 LO. Interested parties may obtain a copy of the Specifications from the following web site: http://heron.nrl.navy.mil/contracts/rfplist.htm. The Required delivery date is as follows: The contractor shall deliver supplies no later than 90 days from date of award, all transportation charges paid, to destination in accordance with the clause in titled FAR 52.247-34 FOB Destination (NOV 1991). Receiving Officer, Naval Research Laboratory, Bldg. 49, ATTN: Mike Czarnecki, CODE: 7422, LOCATION: Bldg.54, Rm. 107, 4555 Overlook Avenue, SW, Washington DC 20375-5320. The provision at 52.212-1, Instructions to Offerors -- Commercial (MAR 2000), applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies. The specific evaluation criteria to be included in paragraph (a) of that provision are 1.)Technical capability of the item offered to meet the Government's requirements.; 2.)Price; and 3.)Past Performance. Technical and past performance, when combined, are equally as important as Price. (b) 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. 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). (c) 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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000), with its offer and 252.212-7000 (NOV 1995), Offeror Representations and Certifications -- Commercial Items which can be found at http://heron.nrl.navy.mil/contracts/reps&certscomm.pdf. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), applies to this acquisition. The addenda to the clause are 1.) YEAR 2000 COMPLIANT INFORMATION TECHNOLOGY -- This requirement applies to information technology (IT) that processes date-related information. All such IT delivered under this contract shall be Year 2000 compliant as defined at FAR 39.002. 2.) REQUIREMENTS FOR ON-SITE CONTRACTORS -- 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 28 July 1999 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/home.htm. In addition, the following provision will also be incorporated into any resultant contract: OPTIONS -- The Government may require delivery of the optional items by the contracting officer giving written notice any time prior to contract completion. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUL 2000), applies to this acquisition. The following additional clauses set forth in FAR 52.212-5 are hereby incorporated by reference and will be incorporated into any resultant contract. The Contractor, when submitting an offer, agrees to comply with these FAR clauses in paragraph (b) of the above referenced FAR Clause 52.212-5, which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.203-6 -- Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402); 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8 -- Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)); 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999); 52.222-26 -- Equal Opportunity (E.O.11246); 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212): 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.1241). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items (SEP 1999), applies to this acquisition. The following additional clauses set forth in DFARS 252.212-7001 are hereby incorporated by reference and will be incorporated into any resultant contract. The Contractor, when submitting an offer, agrees to comply with these DFARS clauses in paragraph (a) of the above referenced DFARS Clause 252.212-7001, which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 252.225-7001 -- Buy American and Balance of Payment Program (41 U.S.C. 10 a-10d, E.O. 10582); 252.225-7012 -- Preference for Certain Domestic Commodities; 252.243-7002 -- Requests for Equitable Adjustment (10 U.S.C 2410); 252.247-7023 -- Transportation of Supplies by Sea (__ Alternate I) (__ Alternate II) (10 U.S.C 2631); 252.247-7024 -- Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). The clause at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this acquisition. The applicable Defense Priorities and Allocations System (DPAS) rating is DO-C9. Any questions generated as a result of this solicitation must be received no later than 5 days before the closing date. Offers, 2 copies, must be delivered to the Contracting Officer, Code 3230.LS, Building 222, Rm. 115A, Naval Research Laboratory, 4555 Overlook avenue, S.W., Washington, D.C. 20375-5326 and received no later than 4:00 pm EST, 21 August 2000. The package is to be marked N00173-00-R-LS09. For information regarding the solicitation, contact Lisa A. Fleming at phone number (202) 767-3739, fax number (202) 767-6197. Posted 07/27/00 (W-SN479329). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0269 20000731\58-0005.SOL)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com