SOLICITATION NOTICE
63 -- Long Range Acoustic Device System
- Notice Date
- 4/24/2008
- Notice Type
- Presolicitation
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908T0258
- Response Due
- 5/6/2008
- Point of Contact
- Jennifer Andrews 757-443-1319
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-08-T-0258. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-24 and DFARS Change Notice 20080331. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334310 and the Small Business Standard is 750 employees. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the products are: American Technology Corporation (1) LRAD 500X Gray System, P/N LRAD-500X and (2) LRAD 500X Integrated Weapons System Mount, P/N LRAD-500X-MNT. Salient characteristics for the required system are as follows:Acoustic Performance Commincations RangeIntelliglible speech transmissions at 300 meters minimum with 88dB background ambient noise at target Frequency Range500 Hz to 5kHz Maximum Volume (SPL)146dB @ 1 meter Acoustic Beam widthNarrow Setting +/- 15Wide Setting +/- 30 Power RequirementsNormal Power Consumption 250 WattsPeak Power Consumption 350 Watts Power Input12-28VDC Back Wave CancellationOver 25 dB lower than the front at 1kHzEnvironmental Random VibrationMIL-STD 810F, Method 514-4, Wheeled Vehicles Shipboard VibrationMIL-STD-167-1A Shipboard ShockMIL-S-910D, Class I, Shockgrade B SRS ShockMIL-STD-810F, Method 516.5, Procedure 1 (Functional Shock) High/Low Temp OperationsMIL-STD-810F, Method 501.4 & 502.4, Procedure 2, -33 to 71 C RainMIL-STD-810F, Method 506.4, Procedure 2, Blowing rain. Operating HumidityMIL-STD-810F, Method 507.4 Salt FogMIL-STD-810F, Method 509.4SafetyMIL-STD-1474DElectromagnetic CompanyFCC Class A radiated end conducted diemissionsUnit Weight Emitter Array Weight44 lbs. without accessoriesMechanical Emitter Array Dimension25 W x 27H x 12 DFAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for equal products. The Fleet and Industrial Supply Center Norfolk requests responses from qualified sources capable of providing the required item as described above. Delivery is F.O.B. Destination and is required by 10 May 2008; Delivery Location is NNSY BLDG 383, Burtons Point Road, Portsmouth, VA 23709. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6 Alt. I Restrictions on Subcontractor sales to the Government Alternate I (OCT 1995)52.219-4 Notice of Price Evaluation Preferences for HUBZone Small Business Concerns (JULY 2005)52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003)52.219-8 Utilization of Small Business Concerns (MAY 2004)52.219-28 Post-Award Small Buiness Program Representation (JUNE 2007) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies. (AUG 2007)52.222-21 Prohibition of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2007)52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEP 2006)52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)52.222-37 Employment reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (SEPT 2006)52.222-50 Combating Trafficking in Persons (AUG 2007)52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003)52.215-5 Facsimile Proposals (OCT 1997)52.233-2 Service of Protest (SEPT 2006)Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Alternate A (NOV 2003)DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (OCT 2006)DFARS 252.211-7003 Item Identification and Valuation (JUN 2005)DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 52.203-3 Gratuities (APR 1984)252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)252.225-7012 Preference for Certain Domestic Commodities (JAN 2007)252.232-7003 Electronic Submission of Payment Requests (MAR 2007)252.243-7002 Requests for Equitable Adjustment (MAR 1998)252.247-7023 Transportation of Supplies by Sea (MAY 2002)DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) 5252.NS-046P PROSPECTIVE CONTRACTOR RESPONSIBILITY (1 AUG 2001) (FISC NORFOLK) In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business.(End of provision) EVALUATION AND AWARD: This requirement will be evaluated and awarded using the procedures under FAR subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a Simplified/Streamlined acquisition process will be used in the evaluation and award of the contract. After consideration of all quotations, award will be made based on price and technical acceptability. Brand name items will be considered technically acceptable as quoted. Equal products will be evaluated based on information submitted in accordance with FAR 52.211-6 in order to determine technical acceptability. This announcement will close at 2p.m. EST on 6 May 2008. Contact Jennifer L. Andrews who can be reached at 757-443-1319 or email jennifer.andrews@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Please fax quotes to 757-443-1319. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5667578f1d2abd86836029b6fa1dbcf7&tab=core&_cview=1)
- Record
- SN01560273-W 20080426/080424215923-899b7d40a15f60e45b51adf2e628f324 (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 |