Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

66 -- Automated 3-D Station with Auto-Pointing and Auto-Tracking

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN177
 
Response Due
9/10/2009
 
Archive Date
9/25/2009
 
Point of Contact
MICHAEL R. JACKSON 757-396-8354
 
Small Business Set-Aside
N/A
 
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 N00189-09-T-N177. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090825. 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 334519 and the Small Business Standard is 500 employees. This requirement is unrestricted. Note: The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: CLIN 0001, REQN: N4215891270985, QTY (1) each, Automated 3-D Station with Auto-Pointing and Auto-Tracking 1.Scope: This specification covers the requirements for an automated 3D station, with motor drive for auto-pointing and auto-tracking. 2.Equipment Description: The automated 3D station shall possess the following salient characteristics / capabilities:2.1.The instrument is comprised primarily of a fully transiting telescope, laser distance measurement feature integrated with the telescope, angular encoders for azimuth and elevation, servo motors for azimuth and elevation, and user interface consisting of a keypad and display. The instrument will be used to take 3D measurements over large distance.2.2.Capable of 3D measurement using three different methods:2.2.1.With a prism target designed for this purpose2.2.1.1.at a range of at least 3200'2.2.1.2.with an accuracy of at least (0.0625 + (1 part per million * distance))inches2.2.2.With reflective sheet targets designed for this purpose2.2.2.1.at a range of at least 950'2.2.2.2.with an accuracy of at least (0.040 + (1 part per million * distance))inches2.2.3.Reflectorless2.2.3.1.at a range of at least 600'2.2.3.2.with an accuracy of at least (0.125 + (1 part per million * distance))inches2.3.Angular encoders shall be accurate to 1 arc second2.4.Capable of auto-pointing to a prism target which is closest to the center of view at a range of at least 2500'2.5.Capable of auto-tracking a prism target moving at a speed that would cause the instrument to rotate at least 12.5/second at distances of at least 2500'2.6.Capable of laser pointing to a user defined point with a visible beam for layout purposes2.7.Provide target illumination using an on-board white light to visually locate targets in dim lighting conditions2.8.Measuring time shall not exceed 1 second after an initial time of no more than 2.5 seconds during average weather conditions and lighting2.9.User interface shall have lighted keys and a backlit display with a diagonal measurement of at least 3.5"2.10.Capable of operating in temperatures ranging from at least 15F to 120F2.11.Having sealed construction to prevent internal contamination of dirt, dust, and oil found in industrial environments to a rating of at least IP64, including while the instrument is connected to an external power source and either a RS-232 cable or USB cable2.12.Provided with two detachable batteries, and any other electronic gear necessary for basic operation including cables and software2.13.Provide a minimum of 1MB of on-board storage for data, and provide a means of augmenting that memory capacity with a memory card and/or USB drive2.14.Equipped with an RS-232C port or USB port for communication to an external PC2.15.Capable of operation and data capture via Spatial Analyzer software from New River Kinematics running on an external PC3.DocumentationThe equipment shall be provided with a copy of the user's manual. 4.Quality Assurance ProvisionsInspection of the equipment, its parts and components, shall be performed at destination by Code 981 and shall consist of type and kind; quantity; condition and operability, if readily determinable. 5.Preservation, Packaging, and PackingThe equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited. Delivery is FOB Destination, NNSY, Portsmouth, VA 23709-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Final inspection and acceptance shall occur at destination. 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; 52.204-7 Central Contractor Registration52.212-4, Contract Terms and Conditions - Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities;52.222-26 Equal Opportunity;52.222-36 Affirmative Action for Workers with Disabilities;52.225-13 Restrictions on Certain Foreign Purchases;52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration; Quoters shall 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 252.212-7000, 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 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of payment requests and Receiving ReportsDFARS 252.204-7004 and its ALT I; Required Central Contractor Registration; All clauses shall be incorporated by reference into any eventual purchase order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 12:00 p.m. on 10 September 2009. Contact Michael R. Jackson who can be reached at 757-396-8354 or email Michael.r.jackson3@navy.mil, fax 757-396-8017 [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.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery, technical capability and past performance. Technical Capability will be the leading factor over price. 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. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. REQUIREMENTS FOR ACCESS TO NNSY Contractors' representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. "Employee Eligibility Verification Form"). The I-9 is based on presentation of appropriate documentation that both verifies the employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employee's clearance status may suffice depending on the employee's status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person's citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (SUPPLIES)(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: Routing TableContracting Officer NotesWAWF Invoice TypeCOMBOContract Number Delivery Order NumberIssuing Office DODAACN00189Admin Office DODAACN00189Inspector DODAAC (usually only used when Inspector & Acceptor are different people)Ship To DoDAAC (for Combo),Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N42158Acceptance At OtherLocal Processing Office (Certifier)N42158 DCAA Office DODAAC (Used on Cost Voucher's only)Paying Office DODAACN68732Acceptor/COR Email AddressNAVSEA_NFSH_NNSY_Vendor_Pay@navy.mil (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ccda7d9c25d8f8f560ff1b9355c4e46)
 
Record
SN01938021-W 20090904/090903001246-9ccda7d9c25d8f8f560ff1b9355c4e46 (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.