Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2016 FBO #5426
SOLICITATION NOTICE

16 -- Space Qualified Thermal Cameras for Geosynchronous Operations - 82-3037-16 - (Draft)

Notice Date
9/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1007, RM 116, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-16-R-WR03
 
Archive Date
2/28/2017
 
Point of Contact
Ryan Wheelock, Phone: 228-688-5434
 
E-Mail Address
ryan.wheelock@nrlssc.navy.mil
(ryan.wheelock@nrlssc.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit A - DD1423's Addendum 1 Section I - 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 but a written solicitation will not be issued. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Circular 2005-89 dated 7/14/2016, DPN 20160923, and NMCARS 13-10. This solicitation, N00173-16-R-WR03, is issued as a Request for Proposal (RFP). The associated small business size standard is $15M for NAICS Code 541330. This combined synopsis/solicitation is considered to be full and open competition. A firm fixed price contract is anticipated for this requirement. The Naval Research Laboratory (NRL) has a requirement for Space Qualified Thermal Cameras for Geosynchronous Operations. The Space Qualified Thermal Cameras required consists of two (2) different cameras, all of which will be FOB Destination at NRL located at 4555 Overlook Ave, Washington DC 20375. The CLIN structure is located below: Item No. Schedule of Supplies/Services Quantity Unit Unit Price Amount 0001 Infrared Camera (Attachments 1.1 and 1.2)* - - 0001AA Engineering Model 1 EA $ $ 0001AB Flight Unit 1 EA $ $ 0001AC Optional Flight Unit 1 EA $ $ 0002 Full Sky Camera (Attachments 2.1 and 2.2)* - - 0002AA Engineering Model 1 EA $ $ 0002AB Flight Unit 2 EA $ $ 0002AC Optional Flight Unit 1 EA $ $ 0003 Data in accordance with Exhibit A NSP** NSP** * The Contracting Officer may make multiple awards resulting from this solicitation for entire CLIN's only. **Not Separately Priced The required delivery of each sub-line item is located below: Item No. Within Months after Date of Contract Award Delivery Point 0001 - - 0001AA 16 FOB Destination* 0001AB 26 FOB Destination 0001AC 26 FOB Destination 0002 - - 0002AA 16 FOB Destination 0002AB 27 FOB Destination 0002AC 27 FOB Destination * FOB Destination = NRL located at 4555 Overlook Ave, Washington DC 20375 Section II - Contract Documents, Exhibits or Attachments Addendum 1 - Additional FAR & DFARS Clauses -8 Pages Exhibit A - Contract Data Requirements List, DD 1423 58 Pages Attachment 1.1 - Infrared Camera - Statement of Work - 9 Pages* Attachment 1.2 - Infrared Camera - Specification - 32 Pages* Attachment 2.1 - Full Sky Camera - Statement of Work - 9 Pages* Attachment 2.2 - Full Sky Camera - Specification - 31 Pages* Attachment 3 - PIL and MUL Template -3 Pages* Attachment 4 - Drawings - 2 Pages* Attachment 5 - Component Mission Assurance Requirements Document - 50 Pages* Attachment 6 - Component Design and Environmental Test Requirements Document - 43 Pages* *ITAR Restricted Documents (See Attached Secure Package #82-3037-16) Section III - Provisions and Clauses 1.The provision at FAR 52.212-1, Instructions to Offerors - Commercial (APR 2014) applies to this acquisition. 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 RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. 2.The provision at FAR 52.212-2 - Evaluation - Commercial Items (OCT 2014) will be used to evaluate offerors for this acquisition. The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement; 2.Past performance 3.Price Technical and past performance, when combined, are more important than price. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. The Government will evaluate offers by adding the total price for all options to the total price of the base requirement. 3.The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2016) applies to this acquisition. Offeror shall complete the following electronic annual representations and certifications at HTTP://WWW.ACQUISITION.GOV in conjunction with required registration in the System for Award Management (SAM) database and FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (DEC 2014). In accordance with paragraph (j) of FAR 52.212-3 if changes to the SAM 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 SAM. 4.The provision at 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015 Offeror Representations and Certifications - Commercial Items (MAR 2016) applies to this acquisition. 5.The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) applies to this acquisition. Section IV - Submittal Information The closing date for this solicitation is 4:00 PM Eastern Daylight Time, November 18th, 2016 and shall be submitted electronically to ryan.wheelock@nrlssc.navy.mil, Code 3235 in either Microsoft Word or pdf format. Facsimile proposals are NOT authorized. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than five (5) business days before the response date of this solicitation. The offeror's proposal shall be received on or before the response date noted above at the NRL address above. The submittal email subject line shall contain the solicitation number. The point of contact for this solicitation is Ryan Wheelock: E: ryan.wheelock@nrlssc.navy.mil or P: 228-688-5434. This solicitation shall not be construed as a commitment of any kind.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-16-R-WR03/listing.html)
 
Record
SN04293929-W 20161001/160930000130-74b4066faddeae7a00d76c3c39f922bf (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.