SOLICITATION NOTICE
58 -- Central Target Simulator Hardware-In-The-Loop Frequency Expansion
- Notice Date
- 5/21/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-10-R-JR06
- Archive Date
- 5/21/2011
- Point of Contact
- Jerry Riles, Phone: 202-767-0667, Kristopher J. Ramsey, Phone: 202-767-3782
- E-Mail Address
-
jerry.riles@nrl.navy.mil, Kristopher.Ramsey@nrl.navy.mil
(jerry.riles@nrl.navy.mil, Kristopher.Ramsey@nrl.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, N00173-10-R- JR06, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-40 and DFARS Change Notice 20100422. The associated small business size standard is 500 employees. NRL has a requirement for: CLIN 0001: (1, JO), Removal, Installation, and Test of Radar Absorbing Material (RAM); CLIN 0002: (1, EA), One Programmable Signal Generator; CLIN 0003: (1, EA), Traveling Wave Tube (TWT) Amplifier; CLIN 0004: (2, EA), Solid State GaAs Field Effect Transistor (FET) General Purpose Amplifiers; CLIN 0005, (2, EA), Solid State GaAs FET High Power Amplifiers; CLIN 0006: (2, EA), Antennas; CLIN 0007: (1, EA), Dual Channel Power Meter; CLIN 0008: (2, EA), Digitally Controlled Programmable Attenuators; CLIN 0009: (2, EA), Single Pole, Single Throw (SPST) Switches; CLIN 0010 (Option 1): (1, JO), Replacement of RAM covering the three axis flight motion simulator; CLIN 0011: (60, SQ FT), Spare RAM Material; CLIN 0012: (1,EA), Warranty; CLIN 0013: (2, DYS), Training. The option item, CLIN 0010, if exercised, may be exercised at any time up to six months after the date of the initial award. The complete specification and/or other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/10jr06.htm. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery and installation for CLIN 0001 (Including CLINs 00011 through 00013) shall be no later than one (1) year from date of award. CLINs 0002 through 0009 shall be delivered no later than six months after date of award or, if proposed, upon completion of performance testing. If exercised, CLIN 0010 shall be delivered no later than six months from date of option exercise. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. For CLIN 0001 through CLIN 0013, 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. For CLIN 0001 and CLINs 0010 through 0013, the following factors shall be used to evaluate the offers. The following factors are listed in descending order of importance. All evaluation factors other than price, when combined, are significantly more important than price: 1. Technical Understanding: The proposals will be evaluated on the Offeror's understanding of the task areas and technical requirements as described in the SOW and other attachments to the solicitation. The proposals will be evaluated on the depth and soundness of the Offeror's technical understanding of NRL's requirements. The proposals will also be evaluated on: (i) whether the proposal indicates a clear understanding of both the radar absorbing material (RAM) performance and its layout within the CTS anechoic chamber in order to achieve the specified anechoic chamber performance; (ii) whether the proposal includes a new RAM layout or clearly states that the current layout will be used; (iii) whether the proposal includes data sheets from simulations/analyses that summarizes the expected performance of the refurbished CTS anechoic chamber; (iv) whether the proposal includes data sheets for the types of RAM to be used on the project that show that the absorption, fire retardancy and reflectivity specifications will be met; (v) whether the Offeror manufactures and installs RAM and does the offeror have experience in the design of anechoic chambers. 2. Management, Corporate Experience, and Schedule: The proposals will be evaluated on the Offeror's ability to schedule, manage and execute the work outlined in the SOW. The proposals will also be evaluated on: (i) whether the proposal provides information on the team that will be responsible for executing this project, including what parts each team member will perform; (ii) whether the proposal provides information on how the team members will be managed to ensure the success of the overall effort; (iii) whether a project manager is proposed and what corporate resources are available to this project manager; (iv) whether the proposal provides a project schedule; (v) how much down-time is anticipated for the on-site tasks of absorber removal, surface preparation, absorber installation and performance testing. 3. Past Performance: The proposals will be evaluated on the Offeror's performance on recent similar projects. The proposals will also be evaluated on: (i) information provided by the Offeror on large initial RAM installation or RAM refurbishment projects that have been completed or are currently underway; (ii) the number of such projects performed in the past five (5) years; (iii) whether the proposed products and workmanship conforms to customer technical requirements; (iv) the Offerors ability to adhere to project schedules; (v) letters of recommendation, references, or other documentation showing past performance. For CLINs 0002 though 0009, 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. Technical capability and Past Performance, when combined, are significantly more important than price. The Government will evaluate offers for award purposes by adding the total price for the option 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). A site visit is hereby scheduled on 02 June 2010 at 10:00 AM E.S.T, at the Naval Research Laboratory, Washington, DC. Site visit details and requirements are available at http://heron.nrl.navy.mil/contracts/10jr06.htm. All prospective offerors are urged to attend the site visit. Directions to the Naval Research Laboratory can be found at http://www.nrl.navy.mil/content.php?P=DIRECTIONS All questions shall be submitted no later than seven (7) days prior to RFP closing. Failure of a prospective offeror to attend the site visit or submit questions will be construed to mean that the offeror fully understands all requirements of the solicitation. No individual site visits will be scheduled. Offeror shall 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: FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 252.219-9 (Alternate II), FAR 52.219-16, FAR 52.219-25, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, 52.222.21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-39, FAR 52.222-50, FAR 52.225-1, FAR 52.225-5, FAR 52.225-13, FAR 52.232-33, 52.247-64, 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, DFARS 252.205-7000, DFARS 252.219-7003, DFARS 252.225-7012, DFARS 252.225-7021, DFARS 252.226-7001, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.232-7003, DFARS 252.243-7002 DFARS 252.247-7023, DFARS 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. The following additional FAR clause applies: 52.215-5. Facsimile proposals are not authorized. Proposals may be transmitted by e-mail to jerry.riles@nrl.navy.mil in either Microsoft Word or 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 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/15onsite.htm "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements." Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). An original and 4 copies of the offeror proposal shall be received on or before 21 June 2010 at 12:00 P.M. E.S.T, at the NRL address above, Attn: Contracting Officer. FAX copies are not authorized. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-10-R-JR06/listing.html)
- Record
- SN02157193-W 20100523/100521235644-3f34dee2f2299c480dc1e7c98e6ba0f7 (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 |