SOLICITATION NOTICE
58 -- ELECTRO-OPTIC SENSOR
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404R8530
- Response Due
- 8/31/2004
- Archive Date
- 9/30/2004
- Point of Contact
- MS VONDA POLLOCK 812-854-3683
- Description
- This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by NSWC Crane. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-04-R-8530 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 as well as DCN 20040608. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees. This requirement is for the following: CLIN 0001 - Submersible Night Vision Goggle (SNVG) Manufactured In Accordance With (IAW) the Statement Of Work (SOW) and Performance Specification (PS) Number PS/04/8236/002 in Section ?C? of basic contract, maximum 500 each. CLIN 0002 - Submersible Monocular Night Vision System (SMNVS) Manufactured IAW the SOW and PS Number PS/04/8236/003 in Section ?C? of basic contract, maximum 2800. 0003 - Submersible Binocular Night Vision System (SBNVS) Manufactured IAW the SOW and PS Number PS/04/8236/004 in Section ?C? of basic contract, maximum 1800. CLIN 0004 - Face Mask for CLINS 0001 through 0003 in accordance with PS/04/8236/002 paragraph 3.5.8 and/or PS/04/8236/003 or PS/04/8236/004 paragraph 3.5.7 ? maximum quantity 4800. CLINS 0005 through 0009 are Helmet Mount Components for CLINS 0001 through 0003. 0005- Low Profile Helmet Mounting Bracket (3 Hole MICH) max 4800 each. 0006 -Helmet Mount (Flip-up/Flip-down) max 4800 each. 0007 Helmet Strap for NBH Helmet max 4800 each. 0008 Helmet Strap for PASGT Helmet max 4800 each 0009 Helmet Strap for MICH Helmet max 4800 each. 0010 PIO maximum $100,000 estimated amount. CLIN 0011 Data IAW DD1423 NSP. Pricing for CLINS 0001 through 0009: Year 1 = 0 to 365 days from effective date of contract. Year 2 = 366 to 731 days from ! effective date of contract. Year 3 = 732 to 1097 days from effective date of contract. Year 4 = 1098 to 1463 days from effective date of contract. Year 5 = 1464 to 1830 days from effective date of contract. For stair step pricing the quantity pricing is the total quantity for all orders issued on a given day. If cumulative price is applicable so indicate. (5316) Pricing Of Stepladder Quantity Range - (CLINS 0001 THROUGH 0005) . Offerors must submit pricing for all stepladder quantities contained in the quantity range for CLINs 0001 through 0009. In order to permit the government to award maximum quantities within available funding, offerors shall permit the government to interpolate prices between stepladder quantities on a straight line basis for CLINs 0001 through 0009. PRICE OF CLINS IS TO INCLUDE FREIGHT CHANGES TO DESTINATION LOCATION. Delivery is required F.O.B. NSWC Crane 47522 of 50 units within 164 days after award with atleast 50 units every 30 days unti! l order is complete for CLIN 0001 through 0009. Delivery of CLIN 0010 TBD. Delivery CLIN 0011 IAW DD1423. Initial Inspection by DCMA at contractor?s facility. Final inspection/acceptance will be at NSWC Crane, IN, 300 Highway 361, Crane IN. Selection for award will be based on product sample, technical, past performance and price. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract and will be awarded utilizing FAR Part 12 and 15. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-14 (DO-A70); 52.211-15; 52.215-13; 52.223-3, 52.225-13, 52.233-2, 52.232-34, 52.242-15, 52.243-1, 52.247-34, 252.204-7004, 252.227-7027, 252.225-7002, 5252.239-9605, 52.216-18 paragraph (a) fill in Such orders may be issued f! rom 1 DAY through 60 MONTHS FROM AWARD DATE OF CONTRACT . DELIVERY ORDER LIMITATIONS (OCT 1995) (FAR 52.216 19) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 1 UNIT , the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 500 UNITS for CLINS 0001 through 0009. (2) Any order for a combination of items in excess of 1,500; (3) A series of orders from the same ordering office within 1 week that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. REQUIREMENTS (OCT 1995) (FAR 52.216 21) paragraph (f) fill in: Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the tim! e specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after delivery of the last delivery order issued under this contract. CONTRACTOR PERFORMANCE ASSESSMENT RATING SYSTEM (CPARS) (jAN 2001). NOTICE OF RADIOACTIVE MATERIALS (JAN 1997) (FAR 52.223-7). 52.212-2 NOTE: The provision at 52.212-1 has been tailored as follows: Paragraph (b) (4) is hereby replaced with the following: a) General. Full, accurate and complete information shall be set forth in the submissions to facilitate a thorough and timely evaluation by the Government. Submissions are expected to be short and concise. This will be an acquisition effort utilizing a best value approach. The Offeror(s) proposals will be evaluated to ensure that! their system complies with the criteria listed in the solicitation. This acquisition will allow for multiple award. (b). Structure. (1) The submissions shall be typewritten, or otherwise duplicated in ink, on 8 1/2" x 11" paper. Pages are to be 1- inch top, bottom and side margins, type size shall be no smaller than 10 pica. The following information shall be included in the title page: i. Purchase Description. ii. Name of Offeror, iii. Date of submission. (2) The technical proposal and the price proposal shall be submitted in two volumes. The Offeror shall submit THREE (3) copies of the technical proposal, TWO (2) copies of the past performance information and two copies of the price proposal to the contracting officer. The technical proposal shall not contain any cost/pricing information. Past Performance shall be separate from subcontracting plans which are required to be submitted by large business pursuant to FAR 52.219-9. Product Samples are to be submit! ted to the POC, at the same time technical proposal are required (see paragraph (d) for additional information on product samples submission). Two units of each type of Night Vision Goggles are required as product samples. If alternate proposals are submitted two product samples per system type are to be provided. Only one system will be tested to ensure compliance with the technical requirements. Offerors may designate a system as the primary product sample and the other system as the alternate product sample. The government will randomly assign product samples not distinguished by the offer as primary and alternate. The primary product sample will be the unit evaluated for compliance with the product sample evaluation. The alternate product sample will be utilized in the event the primary product sample malfunctions and to verify/validate the primary product sample test data, at the discretion of the Government if needed. If the primary product sample malfunctio! ns and becomes inoperable during a test, that test and all subsequent testing will be completed using the alternate product sample. If both the primary and alternate product samples malfunction and become inoperable during evaluations, the offer will be considered technically unacceptable, the offer will not be further evaluated, and the offer will be ineligible for award. The product samples and written proposals submitted will be evaluated by the Government to ensure that all criteria are met. Submit TWO complete signed solicitation packages, with all representations and certifications executed, and with cost/prices in Section B. Every page of the proposal shall include the page number and the Offeror's name, and solicitation number. (3) The submissions shall contain the following, which shall not exceed 39 pages (double sided): i. Table of Contents (One page maximum double sided), ii. Executive Summary of Proposal (Three page maximum double sided), iii. Disc! ussion of technical (29 page maximum double sided) and past performance (6 page maximum double sided). Price will not be counted toward page limitation. The discussion is to follow the format of these instructions. A. (SEE ATTACHMENT FOR TECHNICAL PROPOSAL) (b) (4) Add to Paragraph (b) (10) " Past Performance" as follows: (a) PAST PERFORMANCE. During the source selection process, the Government will assess the Offeror's past performance in the evaluation for contract award. Accordingly, each Offeror is required to submit a list of its most recent contracts (maximum of 3) for each of the same or similar items (include the names, addresses, contract numbers, and phone (voice and fax) numbers for two (2) points of contact for each reference). It is preferred that these contacts be with U.S. government customers, but contracts with other commercial concerns are also acceptable. Offerors are authorized to provide information relative to any problems encountered on the iden! tified contracts and any corrective actions taken by the offeror. The Contracting Officer will evaluate the offeror's past performance; based upon the information furnished by the offeror, or other information obtained by the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not identified in the offer. The Contracting Officer may, however, utilize all available information, including information not provided by the Offeror, in the past performance evaluation. If the offeror does not have past performance for these same or similar units, submit for evaluation evidence of relevant past performance on the part of the offeror?s key/principal employees, as either a prime- or sub-contractor. (1) FACTOR III ? PAST PERFORMANCE. SUBFACTOR A ? QUALITY. Standard 1: Describe your ability to meet the specification requirements for the same or similar systems provided under other contracts over the past 3 years. Standard 2: H! ave you requested relief from system specification requirements on any of your systems? If yes, please describe the areas and the ultimate impact on system performance, cost and schedule for each request. Standard 3: Describe how your in-process and acceptance testing have addressed the consistency of overall system performance throughout the production cycle. Standard 4:Describe and provide examples of your effectiveness at managing similar contracts for the past three years. SUBFACTOR B ? CUSTOMER SATISFACTION. Standard 1: Describe how you have resolved corporate/customer differences and/or contract problems/disputes for the past three years. Cite specific examples. Standard 2: Describe your delivery of system hardware, technical documentation, and program documentation in terms of conformance with delivery schedule and other contractual requirements for the past three years. Standard 3: Describe how you have ensured adequate resources were committed, in a timely mann! er, to recommend effective solutions and to successfully solve problems. SUBFACTOR C ? SUBCONTRACTING AND SMALL DISADVANTAGED BUSINESS CONCERN UTILIZATION Standard 1: Describe your approach for selecting subcontractors and vendors and your management approach for utilizing and enhancing small business, small disadvantaged business and woman owned business subcontractors. Explain how you plan to carry out utilization of small business concerns in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. Describe your past record of meeting subcontracting plan goals. Standard 2: Describe how you monitor and control subcontractors and vendors. The Government may use past performance information obtained from sources other than those identified by the Offeror and that information may be used for both the responsibility determination and the best value decision. The information may be used to evaluate the Offeror's past performance in ! meeting costs/price, technical, delivery objectives and customer satisfaction. The results may be used in the overall comparative evaluation of the offer in accordance with 52.212-2 and addendum. Paragraph (c) "Period for acceptance of offers" is replaced with the following: (c). Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Paragraph (d) "Product Samples" is replaced with the following: (d). Product Samples. Two (2) product samples for each unit (CLIN 0001, CLIN 0002 and CLIN 0003) and 1 unit of CLINS 0004 through 0009) are to be submitted to NSWC Crane by the closing date of this solicitation. Address to submit the product samples is: NAVSURFWARCEN DIV Crane, Building 3291, Code 805 ATTN: Roger Shaw, 300 Highway 361 Crane, IN 47522-5000. Offerors are to advise the government in writing of the address to return the product samples after completion of ! testing. These product samples will be tested/evaluated to determine compliance with the applicable performance specification. Add to Paragraph (i) as follows: The Department of Defense Index of Specifications and Standards (DoDISS) has made available to DoD and non-DoD customers all current standards and specifications, including all Data Item Descriptions (DIDs). Complete indexes are also available, complete subscription, ordering, and pricing information is available from the Defense Printing Service Web Page at http://www.dtic.mil/dps-phila/. Offeror's may provide data in a digital format and/or using electronic online access. END OF ADDENDUM FAR 52.212-1. EVALUATION--COMMERCIAL ITEMS FAR 52.212-2 - (a). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Prior to technical, past performance, a! nd price evaluations, the Offerors product samples(s) will be evaluated to ensure that their proposed system(s) complies with the requirement of the PS(s). Offerors whose system(s) do not meet the criteria will not be further evaluated. Once the Offeror has been determined to comply with the applicable criteria, the Government will perform technical, past performance, and price evaluations. Product Samples will be evaluated on a pass or fail basis. Offerors whose system(s) fail will not be further evaluated: SNVG PS Pass ____ Fail ____; SMNVG PS Pass ____ Fail ____ SBNVG PS Pass ____ Fail____. (1) THE FOLLOWING FACTORS WILL BE USED TO EVALUATE THE OFFERS: A. Offerors will be required to submit technical, past performance and price proposals. Only those proposals meeting the above PS criteria will continue to be evaluated. B. Technical capability of the proposed systems whose product samples have met the product sample criteria specified above will continue to be evaluated. The technical capability of the items offered to meet the Government requirements, which includes the subfactor technical capability. Product sample is significantly more important that Factor II and III. Factor II, Technical, is more important than Factor III, past performance. Factor III is more important than Factor IV, price. Factors I, II and III (factors other than price) when combined, are more important that Factor IV (price). Under Factors II and III subfactors are listed in descending order of importance. Pri! ce will not be rated, but will be considered in determining the "best value" to the Government. The price becomes more important as the degree of equality of Factors other than price between offerors' proposals and product samples increase, or when the price is so significantly high as to diminish the value of the technical superiority to the Government. C. Past performance is assessed by the Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror will be given an adjectival rating on past performance: highly favorable, favorable, unfavorable, or highly unfavorable. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will be rated neither favorably nor unfavorably. The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer if doing so! would result in greater value to the Government in terms of technical performance, quality, or lower overall program risk. Evaluation factors: FACTORS: I. PRODUCT SAMPLE EVALUATION. A. PRODUCT SAMPLE EVALUATION. II. TECHNICAL CAPABILITY: A. PERFORMANCE SPECIFICATION COMPLIANCE EVALUATION. B. DELIVERY/PRODUCTION SCHEDULE. C. LOGISTIC CAPABILITY. D. MANAGEMENT CAPABILITY. Factor III. PAST PERFORMANCE. A.QUALITY. B. CUSTOMER SATISFACTION. C. SUBCONTRACT AND SMALL DISADVANTAGE BUSINESS CONCERN UTILITIATION. Factor IV. PRICE. The Government will award based on a best value, as to which offeror shall be awarded a contract. The government reserves the right to award on initial offers. (b) Options. Paragraph deleted. (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 offers! ? 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. The evaluated contract price will be based on a weighted average for CLINS 0001 through 0009. End of FAR 52.212-2. 52.242-15, 52.243-1, 52.212-3 Alt 1 [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4 addendum: Inspection/Acceptance will be within 30 days NSWC Crane. Offers submitted on a basis other than FOD Destination may be rejected as nonresponsive. Warranty period covers a period of __ months. (Offeror to complete). The following paragraph is hereby added to the clause: (t) Contractor Performance Reports. The Government may evaluate the performance of the contractor awarded the contract resulting from this solicitation, in accordance with FAR 42.1500! . The following performance rating factors will be utilized: Quality, Timeliness of Performance, Business Relations, Customer Satisfaction. 52-212-5 (incorporating 52.203-6, 52.219-4; 52.219-8; 52.219-9; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33, 52.247-64); 52.215-05 (fax 812-854-5066); 52.242-15; 252.204-7004 Alt A; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.205-7000; 252.219-7003, 252.225-7001, 252.225-7012, 252.225-7014; 252.227-7015, 252.227-7037, 252.243.7002, 252.247-7023, 252.247-7024). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). Addendum to 52.212-4(g): . The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest; EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995). ADDITIONAL MARKING INSTRUCTIONS -In addition to any other marking instructions in this order, it is essential! that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received, which are not marked in accordance with the above requirements, may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS-NSWC Crane allows flexible working hours for its employees. The normal eight hour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. All changes to the re! quirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to V Pollock FAX 812-854-5066 or e-mailed to Vonda.Pollock@navy.mil All required information must be received on or before 31 AUG 2004 2:00 pm Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy! .mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
- Record
- SN00646700-W 20040820/040818212813 (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 |