SOLICITATION NOTICE
69 -- COVE Radio Simulator System - Government Requirements
- Notice Date
- 2/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-10-T-0003
- Point of Contact
- Jessie Mechem, Phone: 407-380-4417
- E-Mail Address
-
jessie.mechem@navy.mil
(jessie.mechem@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SWOS Work permit Statement of Work. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; Request for Quotations are being requested and a written solicitation will not be issued. Solicitation number N61339-10-T-0003 applies. This procurement is being solicited as Unrestricted. This announcement constitutes the request for the required material under solicitation N61339-10-T-0003. The North American Industry Classification System (NAICS) Code for this requirement is 334290 with a business size of 750 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. A firm fixed-price contract is contemplated. REQUIREMENT/SPECIFICATIONS: Attached to this combined synopsis/solicitation is a SOW and SWOS Work permit form. The CLIN structure of the acquisition will be as follows: CLIN 0001: 18 Each, 7157 VHF-DSC Simulated Radio Units with DSC or EQUAL CLIN 0002: 17 Each, TA-970 “Red phone” Simulated Radio Units with red overhead mounted speakers or EQUAL CLIN 0003: 19 Each, Intercom Simulator Units or EQUAL CLIN 0004: 07 Each, Mounted Intercom Speakers or EQUAL CLIN 0005: 04 Each, Intercom Desktop PTT microphones or EQUAL CLIN 0006: 03 Each, Intercom PTT foot pedals or EQUAL CLIN 0007: 06 Each, Intercom handsets or EQUAL CLIN 0008: 13 Each, Intercom headsets or EQUAL CLIN 0009: 01 Each, Master Control Station or EQUAL CLIN 0010: 05 Each, Remote Control Stations CLIN 0011: Radio, Intercom, and speaker mounting equipment or EQUAL CLIN 0012: Network switches and cabling or EQUAL CLIN 0013: Furniture and mounting for Master Control and Remote Control Stations or EQUAL CLIN 0014: COVE Radio Simulator System Product Features or EQUAL Deliverable items will be insured through final destination by the award recipient of the requirement. All radio equipment shall be from the same manufacturer Evaluation Process The Government expects to award a firm fixed price commercial purchase order resulting from this combined synopsis to the responsible offeror whose quote conforming to this notice will be the most advantageous to the Government. Award will be made on the basis of the lowest priced technically acceptable quote. Best value is expected to result from the selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability will be based on the offeror providing a quote that satisfactorily meets the technical requirements stated in the attached statement of work. This contract evaluation and award is a streamlined evaluation and award conducted pursuant to FAR 12.602, FAR 13.106-2, and Subpart 13.5. Under these FAR provisions, the Government is not required to use formal source selection procedures of FAR Subpart 15.3. Accordingly, this contract evaluation and award is not being conducted using formal source selection procedures of FAR Subpart 15.3. The Government has not drafted a formal evaluation plan and does not plan to utilize procedures such as competitive range determinations, oral or written discussions with all offerors within a competitive range. The Government will strive to evaluate each offeror’s initial quote fairly, evenly, and in accordance with the solicitation’s evaluation criteria. Thus, the offeror’s initial quote material should be clear, complete, demonstrate the offeror’s full understanding of contract requirements and contain the offeror’s best terms, conditions, and prices. Evaluation Criteria The provision at FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The following evaluation criteria shall be used as addenda to FAR 52.252-2: The Government intends to evaluate offers and award a contract without discussions with offerors. The Government will award a Firm, Fixed Price commercial purchase order resulting from this solicitation. Selection is expected to result from the lowest price, technically acceptable quote. The following factors shall be used to evaluate offers: Factor 1 – Technical Capability Factor 2 – Price Evaluation Process: 1.Each proposal that meets the requirements of this solicitation will be evaluated. Evaluations are based on the Offeror’s quote. 2.All factors shall be evaluated on the completeness, conciseness, and relevance of information provided, as stated in this solicitation. 3.The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all Offerors; and to award a contract to the offeror submitting a quote determined by the Contracting Officer to be most advantageous to the Government. Factor 1: Technical Capability In order to be considered for award, the offeror’s technical proposal must be rated as acceptable. To be determined technically acceptable, the offeror must demonstrate in their quote that they can meet the requirements as stated in the Statement of Work section above. Failure to submit any of the listed requirements will result in the offeror's technical proposal being determined technically unacceptable. Factor 2: Price Only price proposals submitted by offerors whose technical proposals are determined to be technically acceptable will be considered for evaluation. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 13.106-2 to determine price reasonableness. The standard is met when the price is determined fair and reasonable in accordance with FAR 12.209. The required delivery date is 30 June 2010. Delivery shall be made FOB destination to: US Navy Surface Warfare Officer School (SWOS) 446 Cushing Rd Newport RI 02841-1209 Attn: Bob Nazro (401) 841-4726. The Following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Offeror Representations And Certifications--Commercial Items (Note: Use of ORCA is Mandatory)AUG 2009 52.222.22Previous Contracts and Compliance ReportsFEB 1999 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 The Following FAR/DFAR clauses apply to this acquisition: 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.229-3 Federal, State And Local Taxes APR 2003 252.204-7006 Billing Instructions OCT 2005 252.225-7035Buy American Act – Free Trade Agreements – Balance Of Payments Program CertificateDEC 2009 252.232-7010 Levies on Contract Payments DEC 2006 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (DEC 2008). Within 52.212-5, the following clauses: 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 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 JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible VeteransSEP 2006 52.222-50Combating Trafficking in PersonsFEB 2009 52.225-13Restrictions on Certain Foreign PurchasesJUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2009). Within 252.212-7001: 252.225-7036Buy American Act-- Free Trade Agreements--Balance of Payment ProgramJULY 2009 252.232-7003 Electronic Submission of Payment Requests MAR 2008 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The following NAVAIR clauses apply to this acquisition: 5252.204-9504 and 5252.232-9513. Payments will be made through Wide Area Work Flow INSTRUCTIONS: Provide sufficient technical literature, pictures, diagram, drawing and descriptive literature/documentation, in order for the Government to make an adequate technical assessment of the product capabilities of the contractor. Contractor shall submit the name of the manufacturer and part number you are quoting. Vendors shall provide Representations and Certifications. If vendors are registered in ORCA, vendors shall submit supplemental information not provided in ORCA. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil. Vendor must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. Quotes shall be received no later than 12:00 p.m. EST, Febuary 18th, 2010. Quotes must be in writing and may be faxed, electronically via e-mail or mailed to: Naval Air Warfare Center Training Systems Division Orlando, Florida, 12350 Research Parkway, Orlando, FL 32826, attn: Jessie Mechem, Fax: 407.380.4164, Telephone: 407.380.4417, Email: jessie.mechem@navy.mil. Vendors submitting their quotes via email are cautioned that files over 10MB and.zip files maybe reject by the Navy’s server. To ensure quotes are received by the offer due date and time, vendors may want to consider an additional alternative.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-T-0003/listing.html)
- Record
- SN02060548-W 20100210/100208234623-2167a3ab5bf6d492f897d43b4d2ca0cb (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 |