SOLICITATION NOTICE
66 -- Shroud Replacement for Vacuum Chamber
- Notice Date
- 5/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332313
— Plate Work 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-SE04
- Archive Date
- 5/3/2010
- 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 - SE04, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005--32 and DFARS Change Notice 20000115. The associated small business size standard is 500 employees. NRL has a requirement for: replacement of the shrouds in the Naval Research Laboratory's thermal vacuum chamber, referred to as "Big Blue". The new shrouds are to retain the current configuration of five zones with zones 1, 2, 4 and 5 running horizontally and zone 3 covering the back wall and door. The two parts of zone 3 are connected by vacuum jacketed piping with a flexible section to allow the door to open. The requirement shall include removal of the existing shroud, replacement of the piping connecting the two parts of zone 3, installing lighting, installing eight (8) hard mounts, installation of the support beam at the top of the chamber, installation of four (4) new ports and documentation. Offerors shall provide a preliminary design and test plan with their proposals. The complete specification and/or other information required for this combined synopsis/solicitation is available at: http://heron.nrl.navy.mil/contracts/09se04.htm Delivery, installation, testing and acceptance is at NRL, Washington, DC 20375, FOB Destination. The desired period of performance for this effort, including testing and acceptance 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 52.2212-2, 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 facators considered. The following factors shall be used to evlauate the offers: 1) technical capability of the offeror, to include: a) technical narrtive, with preliminary design and test plan providing convincing proof of the offeros understanding and capability to provide shrouds that meet the performance criteria; b) personnel qualifications, c) company and personnel experience and d) schedule; 2) past performance and 3) 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, 52.219-9 Alt II, 52.219-16, 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, 52.232-33, 52.232-36. 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, 252.203-7000, 252.219-7003, 252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023. 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 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=6063e3ea0a3af02e0565f9647e514b29&tab=core&_cview=1)
- Record
- SN01807033-W 20090503/090501221519-6063e3ea0a3af02e0565f9647e514b29 (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 |