Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2003 FBO #0729
SOLICITATION NOTICE

49 -- REAL TIME NON-INTRUSIVE STRESS MEASUREMENT SYSTEM

Notice Date
11/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-04-T-0036
 
Response Due
12/2/2003
 
Archive Date
12/17/2003
 
Point of Contact
Mary Roland, Contract Specialist, Phone (301) 757-9709, Fax (301) 757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
 
E-Mail Address
mary.roland@navy.mil, stannte@navair.navy.mil
 
Description
This is a combined synopsis/solicitation announcement issued as a Request for Quotations (RFQ) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12.603 and 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; an RFQ proposal is being requested. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 16 (as of 31 October 2003). The requirement is issued as a sole source acquisition per statutory authority permitting other than full and open competition, 10 USC 2304(c)(1) and per regulatory authority of Federal Acquisition Regulation (FAR) Part 6.302-1, ?only one responsible source and no other supplies or services will satisfy agency requirements? as set forth herein. Negotiations are anticipated to be conducted solely with Agilis Engineering, Inc., 3930 RCA Boulevard, Suite 3000, Palm Beach Gardens, Florida 33410-4214. Agilis is the only known supplier of a commercially available real time NSMS (non-instrusive stress measurement system) capable of measuring a variety of fan blisks and engine turbine rotors, including the Rolls Royce and General Electric fan blisks. The Agilis NSMS is capable of real-time measurements and will allow testing to continue without straining gage instrumentation. The NSMS is required to measure airfoil stresses during high cycle fatigue testing to support Joint Strike Fighter risk reduction efforts scheduled in January 2004 and Agilis is the only known source that can meet this schedule. Award is anticipated on or before 8 December 2003. The appropriate NAICS Code is 334519, size standard 500 employees. Proposals are due no later than 3:00 p.m. (EDT) on 2 December 2003 to NAVAIR/AD Contracts (AIR-2.5.1), Building 588, Suite 2, Code 251711 (Mary Roland), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670-1463. The quote shall reference solicitation N00421-04-T-0036. REQUIREMENT: The Propulsion Systems Test Facility (Competency 5.1.4) of the Atlantic Ranges and Facilities Department (hereinafter referred to as PSEF), Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, has a requirement for a real-time non-instrusive stress measurement system (NSMS) to measure airfoil stresses during high cycle fatigue testing of Rolls Royce RC104B fan blisks using oil-jet excitation to support the Joint Strike Fighter risk reduction effort (CLIN 0001). Vibratory mode shapes up to 64 engine order and amplitudes as low as 2 mils peak-to-peak will be analyzed. Training on the NSMS is also required (CLIN 0002). GENERAL INFORMATION FOR THE PROPOSALS: This is NOT a request for competitive proposals. However, interested parties may submit a capabilities statement to be used by the Government in determining whether to conduct a competitive acquisition. Capability statements shall contain ? as a minimum ? the name, telephone number, address, point of contact, email address and contract number (if any, or other identifying information) of at least three current references (within the past two years) that can be contacted for past performance information to verify/confirm the submitter?s ability/willingness to meet performance/schedule requirements and industry reputation as well as information on the submitter?s proposed NSMS product. The quote shall address all CLINs. The requirement is proposed as a FIRM FIXED PRICE contract and shall be quoted on an ALL OR NONE basis. The quote shall contain ? as a minimum ? the following information: (1) information to verify the price offered (e.g., a copy of a current catalog or established price list; three invoices for the same or similar services, etc.); and (2) the completed Representations and Certifications required by FAR 52.212-3 and DFARS 252.212-7000. Any changes to this RFQ will be sent electronically to the FEDBIZOPS as amendments. DELIVERY: Delivery of the system (with documentation) is required within four (4) weeks and training is required within six (6) weeks of award of the contract resulting from this RFQ. APPLICABLE CLAUSES: This RFQ may incorporate one or more clauses or provisions by reference, with the same force and effect as if they were provided in full text. The full text of referenced provisions and/or clauses may be accessed electronically at the following cites, among others: http://www.arnet.gov/far/ OR http://farsite.hill.af.mil/. The following provisions and/or clauses are incorporated by reference and apply to this RFQ: FAR 52.212-1, ?Instructions to Offerors ? Commercial Items (OCT 2000)? is incorporated by reference. FAR 52.212-3, ?Offeror Representations and Certifications ? Commercial Items (JUN 2003)? is incorporated by reference. NOTE: Offerors shall submit a completed copy of the representations and certifications at FAR 52.212-3 with their proposal. FAR 52.212-4, ?Contract Terms and Conditions ? Commercial Items (OCT 2003),? is incorporated by reference. The following clauses are incorporated by reference as an addendum to FAR 52.212-4: DFARS 252.204-7004 Alternate A ? ?Required Central Contractor Registration (NOV 2003)? FAR 52.247-34 ? ?F.O.B. Destination (NOV 1991)? FAR 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (OCT 2003)? is incorporated in full text, as follows: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 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) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). X (13) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). X (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (16) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). X (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). X (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (20)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (21) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (22)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act (June 2003) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). __ (ii) Alternate I (May 2002) of 52.225-3. __ (iii) Alternate II (May 2002) of 52.225-3. __ (23) 52.225-5, Trade Agreements (Oct 2003) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (24) 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (25) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (26) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). __ (27) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (28) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (30) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (31) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (32) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (33)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that 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: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (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) (May 1989) (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 (Feb 2002) (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 Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall 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)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (Oct 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) DFARS 252.212-7000, ?Offeror Representations and Certifications ? Commercial Items (NOV 1995),? is incorporated by reference. NOTE: Offerors shall submit a completed copy of the representations and certifications at DFARS 252.2127000 with their proposal. DFARS 252.212-7001, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2003),? is incorporated by reference. QUESTIONS: Questions regarding this commercial RFQ may be emailed to Ms. Mary Roland, Contract Specialist, at RolandMC@navair.navy.mil no later than 26 November 2003. NO QUESTONS SUBMITTED BY TELEPHONE OR FACSIMILE WILL BE ACCEPTED OR RESPONDED TO. All responses will be posted to the FEDBIZOPS as an amendment. CENTRAL CONTRACTOR REGISTRATION (CCR): To be eligible for contract award or payment by any DOD activity, offerors must be registered in the CCR database. Information on registering and annual certification requirements may be obtained by accessing the CCR database at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. RESPONSE DEADLINE: Proposals are due no later than 3:00 p.m. (EDT) on 2 December 2003 to NAVAIR/AD Contracts (AIR2.5.1), Building 588, Suite 2, Code 251711 (Mary Roland), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670-1463. Quotes shall reference solicitation N00421-04-T-0036.
 
Place of Performance
Address: Palm Beach Gardens, FL
Zip Code: 33410-4214
Country: USA
 
Record
SN00476093-W 20031126/031124212314 (fbodaily.com)
 
Source
FedBizOpps.gov 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.