Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2006 FBO #1724
SOLICITATION NOTICE

58 -- Tactical Digital Intercommunications Systems (TDIS)

Notice Date
8/14/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002406R6354
 
Response Due
8/28/2006
 
Archive Date
9/27/2006
 
Point of Contact
Patricia Pagonis; 202 781 3148; Jack Dennard 202 781 2846
 
E-Mail Address
Email your questions to Patricia Pagonis
(patricia.pagonis@navy.mil)
 
Description
Naval Special Warfare?s Tactical Digital Intercommunications Systems (TDIS) The Naval Sea Systems Command has a requirement to procure multiple COTS / modified COTS replacement systems from multiple vendors for Naval Special Warfare?s Tactical Digital Intercommunications Systems (TDIS). The TDIS is an all digital, high quality conferencing system that requires one Distribution Station (DS) and is currently configurable with 8 Crew Stations (CS). The replacement system for TDIS must meet MIL-STD-810F, allow bridging between distribution stations to increase available number of radios and user access points, be NVG compatible, use MKS-310 ten pin connectors, and will preferably install into the current 8?X12?X4? Distribution Box housing. Intended Use: This requirement for TDIS will replace the current MIL-STD-810F compliant TDIS system being employed by Naval Special Warfare. Characteristics: The replacement TDIS will have the required characteristics as described in Attachment 1 to this announcement. The objective of this acquisition is to acquire one (1) COTS / modified-COTS TDIS replacement system from multiple competing Offerors for Evaluation. No options are included in this acquisition. (i) This is a combined synopsis / solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 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. (ii) This solicitation, N00024-06-R-6354, is issued as a request for proposal (RFP). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9 and DFARS Change Notices 20060512. (iv) Associated NAICS code: 928110. (v) CLIN 0001: TDIS Unit Qty: 1 (vi) Description of TDIS Requirements: See Attachment 1 (vii) Contract Length, Packaging, Delivery, Acceptance: a. Period of Performance: 10 months from date of contract award b. Unit shall be delivered on 27 October 2006 using best commercial practices to NELO Detachment (UIC N39995) ATTN: Andy Wimsatt (N66) 1820 Dillingham BLVD, BLDG X-137 Norfolk, VA 23511 c. Acceptance: Unless otherwise specified the Offeror is responsible for the execution of all inspections and certifications related to the conformance and performance of the replacement TDIS and all components. (viii) FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this procurement. (ix) FAR 52.212-2, Evaluation ? Commercial Items, applies to this procurement. Paragraph (a) of the clause is shown below: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability will include Operational Effectiveness and Supportability of the item offered to meet the Government requirement. Technical Capability will also include value added features, such as systems that are able to be packaged into the current Distribution Box housing that is 8? X 12? X 4?, which will be factored into the final evaluation (a) Operational Effectiveness: Describe your ability to currently meet the performance specifications for the TDIS. The system must be interoperable with AN/PRC-117F and AN/PRC-148 radios. Key features to address are identified in the performance specifications as key performance parameters (KPPs). (b) Supportability: Key Supportability issues to address include Durability and Warranty. The system must meet MIL-STD-810F specifications for extreme weather, salt spray, corrosion, waterproofing, shock, vibration, and temperature extremes. Address any specific commercial or extended warranty provisions for the product. Relative Order of Importance: Operational Effectiveness is significantly more important than Supportability. Technical is significantly more important than cost or price. (x) Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with their proposal. (xi) Offerors are notified that FAR 52.212-4, Contract Terms and Conditions ? Commercial Items applies to this acquisition. (xii) Offerors are notified that FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items applies to this acquisition. The following FAR clauses cited in paragraph (b) of the clause are applicable to this acquisition: (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (18) 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). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). (20) 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). (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (xiii) Additionally, Offerors are notified that DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional FAR clauses cited in paragraph (b) of the clause are applicable to this acquisition: (4) 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (8) 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (15) 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). (17) 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). (xiv) Warranty Requirements: Commercial Warranty, warranty provisions shall be clearly stated by the Offeror?s proposal submission. (xv) This acquisition has a Defense Priorities and Allocations Systems (DPAS) rating of DO-A7. (xvi) Numbered Notes: No. 9 (xvii) Date, Time, Place Offers are due by 28 Aug 2006, 1400 EST addressed as follows: Naval Sea Systems Command Attn: Mr. Patricia Pagonis, SEA 02631 1333 Isaac Hull Avenue, SE Washington, DC 20376 *Offerors are instructed to include with their hardcopy proposal, a complete copy of their proposal contained on CD-ROM. (xviii) NAVSEA Contact Information Regarding this Solicitation: Jack Dennard SEA 02631 Email: John.Dennard@navy.mil
 
Record
SN01114695-W 20060816/060814221318 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.