|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038SPAWARSYSCEN, Code D214B, 53570 Silvergate Avenue, Bldg. A33, San
Diego, CA 92152-5113 60 -- ALL OPTICAL DEPLOYABLE SYSTEM (AODS) TRUNK CABLE FABRICATION AND
TESTING SOL N66001-98-R-0026 POC Contract Specialist, Ms. Gena M.
McClain, Code D213, (619)553-7502. Contracting Officer, Mr. Laurence W.
Hunt, (619)553-4541. 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-0026, 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
97-03, effective date, 16 Dec 97, and the Defense Acquisition Circular,
effective date, 15 Dec 97. The Standard Industrial Classification Code
and Small Business Size Standard is 3357 and 1,000 employees. The
solicitation closing date is 9 Mar 98 at 3:00 p.m. The anticipated
award date is 30 Mar 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 small diameter (approximately 0.06 in. diameter) 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 0.06 in.) fiber-optic cables, having a parallel
lay steel wires strength member, fabricated with optical 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 one year, firm fixed price, indefinite delivery/indefinite
quantity contract. The Contract Line Item Number (CLIN) will be 0001;
the minimum order for fiber optic cable for the base year will be 125
km with a maximum order of 350 km. Deliverables for the base year will
be CLIN 0002, and will not be separately priced. The price proposed
shall be by unit, with each unit equal to one meter. The cable is to be
delivered in 25 km continuous span lengths with no more than 3 fiber
optic splices in a 25 km span. Additionally, 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 10 Feb 1998, 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 maybe examined
or obtained at the Bid Office, SPAWAR Systems Center, Bldg. A33, Room
0061, 53570 Silvergate Ave., San Diego, CA 92152-5113. 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;" and FAR 52.216-22, "Indefinite
Quantity," apply to this acquisition, and will be included in the
contract by addendum. 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." DFARS
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 D214B, Bldg A33, Room 0061, 53570 Silvergate Ave., San
Diego,CA 92152-5113, on or before 9 Mar 98, no later than 3:00 p.m.,
local time. For information regarding the solicitation, contact Gena M.
McClain, Code D213, (619) 553-7502. (0051) Loren Data Corp. http://www.ld.com (SYN# 0226 19980224\60-0001.SOL)
60 - Fiber Optics Materials, Components, Assemblies and Accessories Index Page
|
|