|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982SPAWARSYSCEN, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San
Diego, CA 92152-5113 60 -- ALL OPTICAL DEPLOYABLE SYSTEM (AODS) TRUCK CABLE FABRICATION AND
TESTING SOL N66001-98-R-0003 POC Contract Specialist, Ms. Gena M.
McClain, Code D213, (619)553-7502. Contracting Officer, Mr. Laurence W.
Hunt, (619053-4541. 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. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued. The
solicitation number is N66001-98-R-0003, and the solicitation is being
issued as a request for proposal (RFP) by the Department of the Navy,
Space and Naval Warfare Systems Center, 53560 Hull Street, San Diego,
CA 92152-5001. The provisions and clauses which apply to this
solicitation are those in effect through Federal Acquisition Circular
97-02, effective date, 10 Oct 97, and the Defense Acquisition Circular,
effective date, 24 Jun 97. The Standard Industrial Classification Code
and Small Business Size Standard is 3357 and 1,000 employees. The
solicitation closing date is 17 Dec 97 at 2:00 p.m. The anticipated
award date is 9 Jan 98. Award will be made to the responsible offeror
whose offer, conforming to the solicitation, will be most advantageous
to the Government, technical capability, past performance, and price
considered in descending order of importance. (Reminder: FAR 52.212
requires that offers must show past performance information when past
performance is included as an evaluation factor. Past performance
information should include references for whom offerors have previously
produced micro cable in continuous lengths of not less than 25 km.).
This acquisition is for the fabrication, testing, and delivery of an
All Optical Deployable System (AODS) optical-mechanical trunk cable to
be used in a Navy underwater surveillance application. Requirements
include the capability and demonstrated experience to fabricate small
diameter (less than or equal to .o6 in.) fiber-optic cables, having a
parallel lay steel wires strength member, fabricated with over buffered
fibers to the required specification, as well as the performance of
successful tests of the fiber-optic cable in accordance with the AODS
Trunk Cable Specification and CDRL #A001, as discussed below. The Navy
intends to award a firm fixed price, indefinite delivery/indefinite
quantity contract with a base year and two option years. The Contract
Line Item Number (CLIN) for the base year will be 0001; the minimum
order for fiber optic cable for the base year will be 125 km with a
maximum order of 200 km. Deliverables for the base year will be CLIN
0002, and will not be separately priced. The CLIN for the first option
year will be 0003; the minimum order for fiber optic cable will be 50
km with a maximum order of 200 km. Deliverables for the first option
year will be CLIN 0004, and will not be separately priced. The CLIN for
the second option year will be 0005; the minimum order for fiber optic
cable will be 50 km with a maximum order of 200 km. Deliverables for
the second option year will be CLIN 0006, and will not be separately
priced. The price proposed for both the base year and the option years
shall be by unit, with each unit equal to one meter. The cable is to
be delivered in 25 km continuous span lengths. However, during the base
year, one of the 25 km lengths may be delivered in increments
consisting of 1 km or 2.5 km cable sections, or any combination thereof
which together total 25 km. The actual delivery date and amount of
cable required will be determined with issuance of a delivery order;
however, the present expectation is that delivery of the first 25 km
will be required approximately ten weeks following contract award,
followed by delivery of the second 25 km two weeks later. Thereafter,
it is anticipated that one 25 km length will be shipped per week until
delivery order requirements are completed. There are no military
specifications; commercial standards apply as follows: ISO 9001,
"Quality Systems -- Model for quality assurance in design/development,
production, installation and servicing;" EIA/TIA-455-60, "Measurement
of Fiber or Cable length Using an OTDR;" EIA/TIA-455-61, "Measurement
of Fiber or Cable Attenuation Using an OTDR;" and EIA/TIA-455-78,
"Spectral Attenuation Cutback Measurement for Single Mode Fibers."
Requirements include the AODS Trunk Cable Specification, dated 5 Nov
1997, and Contract Data Requirements List (CDRL) A001, "Test Inspection
Report," dated 17 Nov 97. Both documents will be included in the
contract by addendum. It is impracticable to include the Specification
and the CDRL with this synopsis/solicitation. However, these contract
documents may be examined or obtained at the Bid Office, SPAWAR
Systems Center, Bldg. A33, Room 0061, 53570 Silvergate Ave., San Diego,
CA 92152. You may also request copies by telephone (619) 553-7502; or
access through Internet at the following address:
http://www.spawar.navy.mil/contract/. The AODS trunk cable is to be
delivered FOB Destination, Receiving Officer, SPAWAR Systems Center,
53560 Silvergate Ave., San Diego, CA 92152-5001. The receiving office
is open for deliveries Monday through Thursday from 7:30 a.m. to 4:30
p.m. Deliverables in support of the contract shall be in accordance
with the "Test/Inspection Report," DID #DI-NDTE-80809B. Test reports
are required with the exercise of each CLIN, and shall be delivered
concurrently with the cable. Inspection and acceptance of cable
received in response to issuance of a delivery order will be indicated
by marking the appropriate boxes and providing the signature of an
authorized Government representative in Block 26 of the DD Form 1155,
cover page of the originating delivery order. Prior to shipment, a
preliminary inspection of the fiber optic cable may be made at the
Contractor's facility by the Contracting Officer's Representative. The
Clauses at FAR 52.216-18, "Ordering;" FAR 52.216-19, "Order
Limitations;" FAR 52.216-22, "Indefinite Quantity;" FAR 52.217-7,
"Option for Increased Quantity-Separately Priced Line Item;" and FAR
52.217-9, "Option to Extend the Term of the Contract," apply to this
acquisition, and will be included in the contract by addendum. The FAR
Provision, FAR 52.217-5, "Evaluation of Options," also applies to this
acquisition. In addition, the Provision at FAR 52.212-1, "Instructions
to Offers -- Commercial Items," applies to this acquisition. A copy of
the Provision at FAR 52.212-3, "Offeror Representations and
Certifications -- Commercial Items," is required to be completed and
submitted as part of this offer. FAR Clause 52.212-4, "Contract Terms
and Conditions -- Commercial Items," is incorporated in the
solicitation and contract. FAR Clause 52.212-5, "Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items," and the following clauses, under paragraph (b) of
FAR Clause 52.212-5, also apply to this acquisition: FAR Clause
52.203-6, "Restrictions on Subcontractor Sales to the Government," with
Alternate I; FAR Clause 52.203-10, "Price or Fee Adjustments for
Illegal or Improper Activity;" FAR Clause 52.219-8, "Utilization of
Small, Small Disadvantaged and Women-Owned Small Business Concerns;"
FAR Clause 52.219-9, "Small, Small Disadvantaged and Women-Owned Small
Business Subcontracting Plan, Alternate II;" FAR Clause 52.222-26,
"Equal Opportunity;" FAR Clause 52.222-35, "Affirmative Action for
Special Disabled and Vietnam Era Veterans ;" FAR Clause 52.222-36,
"Affirmative Action for Handicapped Workers;" and FAR Clause 52.222-37,
"Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era;" Additionally, it is required that a copy of DFARS
Provision 252.212-7000, "Offeror Representations and Certifications --
Commercial Items," be completed and submitted as part of this offer.
DFARS Clause 252.212-7001, "Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items," and the following clauses, under
paragraph (b) of DFARS Clause 252.212-7001, also apply to this
acquisition: DFARS 252.210-7005, "Incentive for Subcontracting with
Small Businesses, Small Disadvantaged Businesses, Historically Black
Colleges and Universities and Minority Institutions. DFARS
252.219-7003, "Small Business and Small Disadvantaged Business
Subcontracting Plan (DoD Contracts);" DFARS Clause 252.225-7001, "Buy
American Act and Balance of Payment Program;" DFARS Clause
252.225-7012, "Preference for Certain Domestic Commodities;" and DFARS
Clause 252.227-7015, "Technical Data-Commercial Items." FAR Provision
252.225-7000, "Buy American Act -- Balance of Payments Program
Certificate," also applies to this procurement. All responsible sources
may submit a proposal which shall be considered by the agency. The
offer is due to BID OFFICER, Space and Naval Warfare Systems Center,
Code 214B, Bldg A33, Room 0061, 53570 Silvergate Ave., San Diego, CA
92152-5001, on or before 17 Dec 97, no later than 2:00 p.m., local
time. For information regarding the solicitation, contact Gena M.
McClain, Code D213, (619) 553-7502. (0330) Loren Data Corp. http://www.ld.com (SYN# 0254 19971201\60-0001.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|