Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2014 FBO #4541
SOLICITATION NOTICE

62 -- High Intensity White Strobe Light System and Turn Key Effort - RFQ

Notice Date
4/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Corona Division, NSWC Corona Division, P.O. Box 5000, Corona, California, 92878-5000, United States
 
ZIP Code
92878-5000
 
Solicitation Number
N64267-14-T-0145
 
Point of Contact
Jimmy Sembiring, Phone: 9512734217
 
E-Mail Address
jimmy.sembiring@navy.mil
(jimmy.sembiring@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote - High Intensity White Strobelight System OFFERORS ARE ADVISED THAT FUNDING MAY NOT BECOME AVAILABLE. IF FUNDS ARE NOT AVAILABLE, NO AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERORS WILL NOT BE REIMBURSED FOR ANY EFFORT OR PROPOSAL COSTS RESULTING FROM THIS SOLICITATION. GENERAL This is a Request for Quotation (RFQ) for a commercial item prepared in accordance with the information in FAR Part 8. SALES TAX EXEMPTION: The Contractor is hereby advised that the United States Government and Agencies thereof are exempt from State and Local Government tax by virtue of Article 6 of the United States Constitution. No exemption certificate is required. 1.0 INTRODUCTION The Naval Surface Warfare Center (NSWC), Corona Division, Range Systems Engineering Department, Code 31 requires the replacement of the existing High Intensity White Strobe Light System used on the Navy tower at Shellman Bluff, GA. 2.0 BACKGROUND The Beaufort Range Systems Branch (RS26) requires the replacement of the existing High Intensity White Strobe Light System on the Navy tower at Shellman Bluff, GA. The existing Flash Technology Strobe Lighting (FTC-140-1) L-856 system is antiquated and very expensive to repair. Without a proper replacement, maintenance and repair cost will increase and the site may be shut due to operation and maintenance costs. This scenario would lead the loss of a very valuable asset to Fleet exercise support such as C2X & JTEX. In order to meet this requirement, the range requires the replacement of the Flash Technology Strobe Lighting (FTC-140-1) L-856 system that meets the requirements listed in the Specifications. 3.0 SPECIFICATIONS The current High Intensity White Strobe Light System that needs to be replaced in the tower is the FTC-140-1. It consists of a controller and four tiers (at 300', 600', 900', & 1200') of three (one on each tower leg at height) high intensity white strobes or beacons on the tower. The controller has day, twilight, night, and automatic modes (via photocell) with alarm relays out. The height of the tower is 1200ft approximately. Horizontal bridge of the tower (from base of the tower to where the controller is mounted in the building) is approximately 75 feet. The lights are monitored in the equipment room via LED beacon reporting in the controller with alarm relays out. Above the tower there is a lightning dissipation array which is approximately 8 feet tall The new High Intensity White Strobe Light System Upgrade must be replaced with the following requirements: 1.High Intensity White Strobe Light System must meet Federal Aviation Advisory (FAA) L-856 (Lights, Obstruction, High Intensity, White, 40 FPM) Advisory Circular (AC) 150/5345-43 and be listed on Advisory Circular (AC) 150/5345- 53D certified products 2.Voltage/Phase Requirement is 208v / 3 phase 3.A System controller that has the ability to troubleshoot and monitor the equipment of the strobe system from the ground 4.Photocell PEC (H x W x Depth) less or equal to 3.05 x 2.50 x 1.00 in. 5.Ice Shields to protect the beacons 6.The Strobe Light System must be installed by the contractor (It is a turn-key effort) 7.The equipment and the pigtails will be replaced by the contractor Installation required (Turn-key effort): The contractor shall remove the existing High Intensity White strobe light system and install the new strobe system. The current strobe system is inventoried on Shellman Bluff Operation and Maintenance (O&M) contractor's (Northrop Grumman) GFE inventory. As such, the retrograded equipment needs to be turned over to Will Lopper (Instrumentation Technician and point of contact for the Shellman Bluff tower) once it has been removed from the tower. Will Lopper will hand it over to the O&M contractor and they will handle processing the equipment through the Defense Reutilization and Marketing Office (DRMO) process. Item Part Number Mfg. Qty. High Intensity Beacon FTB205-11 Flash Technology 12 Controller FTC121-2 Flash Technology 1 Photocell PEC510/1855001 Flash Technology 1 Ice Shields F3991204 Flash Technology 9 Installation Hardware N/A Flash Technology 1 InstallationServices N/A N/A 1 Shipping shall be included in the total cost. 4.0 REQUIRED DELIVERY DATE: 22 August 2014 5.0 SHIPPING ADDRESS: SITE BLDG @ TOWER BASE 1245 Sally Houston Rd N.E. Townsend, GA 31331 HQ G-2-0004 PURCHASING OFFICE REPRESENTATIVE PURCHASING OFFICE COMMANDER REPRESENTATIVE: ATTN: JIMMY SEMBIRING NAVAL SURFACE WARFARE CENTER P.O. BOX 5000 CORONA, CA 92878-5000 Telephone No. 951-273-4217 Fax No. 951-273-4013 Email Address: jimmy.sembiring@navy.mil PRODUCT DATA REPORTING AND EVALUATION PROGRAM (PDREP) DEPARTMENT COORDINATOR REPRESENTATIVE: ATTN: TBD NAVAL SURFACE WARFARE CENTER P.O. BOX 5000 CORONA, CA 92878 Telephone No. TBD Email Address: TBD (End of Text) NOTE: Subject Matter Expert (SME) shall be used in lieu of Contracting Officer's Representative (COR) SUPPLEMENTAL INSTRUCTIONS REGARDING ELECTRONIC INVOICING (NAVSEA) (SEP 2012) (a) The Contractor agrees to segregate costs incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the technical instruction (TI), sub line item number (SLIN), or contract line item number (CLIN) level, rather than on a total contract/TO basis, and to submit invoices reflecting costs incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include summaries of work charged during the period covered as well as overall cumulative summaries by individual labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct costs (ODCs), materials, and travel, by TI, SLIN, or CLIN level. For other than firm fixed price subcontractors, subcontractors are also required to provide labor categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal. Subcontractors may email encryption code information directly to the Contracting Officer (CO) and Contracting Officer Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email detailed supporting cost information directly to the CO and COR; or other method as agreed to by the CO. (b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR and CO on the same date they submit the invoice in WAWF. No payments shall be due if the contractor does not provide the COR and CO email notification as required herein. 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) - this is an invoice and receiving report (DD250) created at the same time. Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Inspection Location: Destination Acceptance Location: Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Contract Number N/A Delivery Order Number N/A CAGE Code N/A Pay Official DoDAAC N62827 Issue By DoDAAC N64267 Admin DoDAAC N64267 Inspect By DoDAAC N/A Ship To Code N64267 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Send Additional Email Notification To: (WAWF Id Acceptor) TBD; TBD; TBD (Alternate WAWF Id Acceptor) TBD (g) The contractor shall submit invoices/cost vouchers for payment per contract terms and the government shall process invoices/cost vouchers for payment per contract terms. Contractors approved by DCAA for direct billing will submit cost vouchers directly to DFAS via WAWF. Final voucher submission will be approved by the ACO. ((h) If you have any questions regarding WAWF, please contact the WAWF helpdesk at the above TBD or the NAVSEA WAWF point of contact TBD. (End of clause) Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor (1) Technical capability of the item offered to meet the Governments requirement Factor (2) Past Performance; and Evaluated Price Technical Capability and past performance will be rated as Acceptable or Unacceptable. Award will be made to the lowest price technically acceptable offer (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) HQ M-2-0001 BASIS OF AWARD (NAVSEA) (SEP 1990) ALL UNITS OF ALL ITEMS WILL BE AWARDED TO ONE OFFEROR. OFFERS, THEREFORE, MUST BE ON THE BASIS OF FURNISHING ALL UNITS OF ALL ITEMS. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/52fa09180a52e41212c8605c0d069396)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, P.O. BOX 5000, Corona, California, 92878, United States
Zip Code: 92878
 
Record
SN03351407-W 20140501/140429234616-52fa09180a52e41212c8605c0d069396 (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.