SOLICITATION NOTICE
66 -- X-Y Positioner System
- Notice Date
- 3/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, Mississippi, 39529-5004
- ZIP Code
- 39529-5004
- Solicitation Number
- N00173-09-R-SE02
- Archive Date
- 3/9/2010
- Point of Contact
- Eric J Sogard,, Phone: 228-688-5980, Patricia A Lewis,, Phone: 228-688-5593
- E-Mail Address
-
esogard@nrlssc.navy.mil, plewis@nrlssc.navy.mil
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. The solicitation, N00173-09-R - SE02, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-30 and DFARS Change Notice 20090115. The associated small business size standard is 750 employees. NRL has a requirement for: CLIN 0001- one each X-Y Positioner System for use in a government anechoic chamber. The X-Y Positioner System will be part of a closed-loop simulation facility in which an RF receiver is mounted on a flight table and RF signals are transmitted from two standard gain horns at one end of the chamber. The horns are positioned on a two dimensional surface by the X-Y positioner System. The horn orientation can be achieved through two means; 1) the rails on which the horns move are curvilinear with a radius of curvature and 2) The rails on which the horns move are straight liner and the squint angle for the horns is dynamically adjusted. The system includes rails, horns, motors, computers, cabling, installation, testing and documentation and CLIN 0002 – Software. Offerors are required to provide an acceptance test plan with the proposal. The Government's anticipated budget for this procurement is $335,000.00. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/09se02.htm Delivery, Installation and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Desired delivery is six (6) months from date of award. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: technical capability of the item offered to meet the Government requirement, past performance and price. The technical capability and past performance are more important than price. 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). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6 Alt 1, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.223-16, 52.225-13, 52.232-29, 52.232-30, 52.232-33. The DFARS clause at 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 additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.225-7021, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, 252.247-7024. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252-211-7007 fill in none Proposals may be transmitted by e-mail to esogard@nrlssc.navy.mil (primary) or plewis@nrlssc.navy.mil (alternate) in either Microsoft Word or pdf format. One signed copy shall be transmitted in PDF format. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. 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 01 June 2007 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/13onsite.htm Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 5 business days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65eff5a5818d13f22db9abcb6601cb5c&tab=core&_cview=1)
- Record
- SN01764741-W 20090311/090310132347-293654232856d4991da42fdaa4bdf4f0 (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 |