SOLICITATION NOTICE
66 -- Digital Detector Array System
- Notice Date
- 7/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017412R0018
- Response Due
- 8/2/2012
- Archive Date
- 8/2/2013
- Point of Contact
- Stacy Parran 301-744-6687 stacy.parran@navy.mil
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION N00174-12-R-0018 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, but a written solicitation will not be issued. This solicitation, N00174-12-R-0018, is issued as a Request for a Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120529. The North American Classification System Code is 334517 and the small business size standard is 500 employees. This acquisition is full and open competitive procurement. Naval Surface Warfare Center Indian Head Division (NSWC IHD) has a requirement for a Digital Detector Array System; in accordance with the Statement of Work included in this combined synopsis/solicitation. Attachment 1 “ Statement of Work (SOW); Attachment 2 “ Past Performance Matrix; Attachment 3 “ Past Performance Survey; Delivery and acceptance is at NSWC IHD, Indian Head, MD 20640, FOB Destination. Delivery shall be no later than 90 days (3 months) from the date of contract award. Contract shall be awarded on a Standard Form 1449 “ Contract for Commercial Items as a Firm Fixed Priced Contract. 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 the 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: (1) Technical Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative. (2) Past Performance (see FAR 52.212-1(b)(10)); and (3) Price. Technical and Past Performance, when combined are significantly more important that cost or price. Although Price is the least important factor, the degree of its importance will increase with the degree of equality of the offers in relation to the other factors on which selection is to be made. FACTOR 1: TECHNICAL CAPABILITY The Offeror shall describe, in detail, how it will meet the requirements of the Statement of Work (SOW) for the Digital Detector Array System. General statements, that the Offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the solicitation ™s specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the Technical proposal. The Offeror shall respond with a line-by-line response attesting to full compliance to each item listed under the mandatory minimum performance specifications as outlined in the SOW and address the ability to meet the desired delivery requirement. NO PRICING IS TO BE PROVIDED IN THE TECHNICAL INFORMATION. The Government will determine the Offeror ™s Technical score on an acceptable/unacceptable basis. In order for the technical proposal to be considered acceptable it must meet or exceed all the technical criteria. FACTOR 2: PAST PERFORMANCE Offeror shall provide three (3) references listed on the past performance matrix (Attachment 2) for product performance with name, telephone, fax and e-mail address of references. The Government will utilize and contact the sources listed to conduct a brief Past Performance assessment which shall include questions on (1) customer satisfaction; (2) timeliness; (3) technical success; (4) program management; and (5) quality. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable/unacceptable nature of the past performance for each Offeror based on information provided. A neutral Past Performance will be considered acceptable. The Government will also use other sources for information on Past Performance such as the Federal Past Performance Information Retrieval System (PPIRS). FACTOR 3: PRICE Offeror shall provide pricing to include any warranty, and delivery charges to destination. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. Intent is to award based on initial offers. If considered necessary by the Contracting Officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award after the establishment of a competitive range. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product. 2) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. 3) In addition, for a quote on a comparable commercial item, product literature must be included. 4) To reiterate, all FAR certifications and representations must also accompany the quote unless available on line. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. All technical factors must be met to be considered acceptable. The proposal shall include any charges for delivery to destination Indian Head, MD. Offeror shall complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at https://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. 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, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-13, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, and 52.223-18. 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, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.246-7004. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). Proposals shall be submitted by email to stacy.parran@navy.mil. Proposals shall include a completed copy of FAR 52.212-3 and DFARS 252.212-7000 with proposals unless the vendor is registered in ORCA (http://orca.bpn.gov). If registered, please state this on your quotation and affirm your Representations and Certifications are up to date. All quotations must be received no later than 1500 Eastern Standard Time, 2 August 2012. Any questions concerning the RFP shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to stacy.parran@navy.mil. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/Far/; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Clause 52.219-4 is cited for Notice of Price Evaluation Preference for HUBZone Small Business Concerns In accordance with 52.219-4(c) offeror within HUBZone shall indicate if they elect to waive this preference.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412R0018/listing.html)
- Record
- SN02793178-W 20120705/120703235307-83e67910bf655e6d2de3d291a037ef36 (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 |