SOLICITATION NOTICE
59 -- DESIGN, DEVELOPMENT, INTEGRATION, INSTALLATION, and FIELD SUPPORT for MOBILE COMMAND POSTS
- Notice Date
- 7/2/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016402R6608
- Response Due
- 8/2/2002
- Archive Date
- 9/1/2002
- Point of Contact
- DALE DEWAR 812-854-4795
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-02-R-6608 is hereby issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-07 and DCN 20020426. The North American Industry Classification System (NAICS) Code for this procurement is 334551 and the size standard is 750 employees. CLIN 0001 – Quantity of 1 to 100 Command Posts (See Table CP below). The Requirements for the CPs are described in the attached SOW. SOW-Command Posts.doc. These CPs will be uniquely configured to user requirements and comprise Commercial- Off-the-Shelf , Visual Information Systems, Office Furniture, and Related Infrastructure. The Navy intends to award a contract to the successful offeror whose proposal represents the best value and demonstrates the ability to perform all requirements on firm-fixed price orders as exact CP configurations become known. Award will be based on technical merit, past performance and price. Part of the technical evaluation will include the offeror’s proposal to the attached 10-user Command Post (Sample Task). tactical hardware sample bid.doc. CLIN 0001: Quantity of up to 100 Command Posts, with task description for each particular command post to be determined as requirements are identified. Quantity and delivery are indefinite. Regardless of particular configuration in associated task description, all CPs must be IAW attached SOW. Offerors shall provide direct labor rates, indirect r ates (including how the indirect rates are applied to materials and Other Direct Costs (ODCs)), and proposed profit for 5-year ordering period, as well as any supporting explanation necessary to explain corporate accounting practices. The rates provided shall be the basis for prices proposed by selected offeror for orders made under IDIQ portion of the resultant contract. Pricing for individual orders will vary according to size and complexity of particular CPs required by the Government. The Government shall have the right to place a delivery order for any quantity during the life of the contract that falls at or between the minimum of 1 unit and the maximum of 100 units. No more than 100 Command Posts total shall be ordered under the IDIQ portion of this contract for (i.e. CLIN 0001, TABLE CP) during the life of this contract, nor will the total prices for all orders exceed $5M. CLIN 0002 – Field Engineering in support of CLIN 0001. Offerors shall provide labor rates, indirect rates, and associated accounting practices for each year of 5-year ordering period, as delineated on TABLE CP below: TABLE CP – Table CP link.doc Evaluation of Proposed Rates/Overhead: Prices will be evaluated by computing a weighted average of the rates proposed for CLIN 0001 and CLIN 0002 in TABLE CP for years 1 – 5. This evaluation scheme is used to incentivize offerors to submit competitive rates for years 1-5 in TABLE CP. These rates will also be used to price orders as requirements become known throughout the life of the contract. Technical Submittal: Technical merit will be evaluated on design approach, key personnel, and warranty, in descending order of importance. Offerors shall submit a design proposal for the 10-user Command Post. This Command Post is described in attached SOW and in attached Task Description. The Contract Data Requirements List (CDRL) is available as a hyperlink on the attached SOW. Technical submittals will be reviewed for Design Approach and Competency relative to requirements outlined in SOW and Task Description. Also offerors are to include a proposed firm-fixed price for the design submitted. The pricing submitted by offerors for 10-user Command Post could become binding if Government elects to make this design the initial requirement under forthcoming contract. Firm fixed price for 10-user command post: $________. Key Personnel: Key personnel (Design Engineer and System Engineer) will also be evaluated as part of the technical proposal. Offerors shall submit resumes for key personnel. Resumes should describe work experience, education, related professional certifications, and licenses held. Work experience description should detail involvement on command post design, development, and fabrication that are similar to the task described in the attached SOW. Warranty: Warranty will also be evaluated as part of the technical proposal. Past Performance: Past performance should include at least three (3) references from customers who have purchased similar command post configurations from the offeror. Each reference should include company name, point of contact, mailing address, phone number, and e-mail address. If possible, the references should be for command posts or similar efforts ongoing or completed within the past three years. Instructions to Offerors: Delivery for CPs will be FOB destination within 75 days of award. Final inspection and acceptance will be at destination. Additional acceptance and inspection requirements are described in attached SOW. Selection for award will be based on technical merit of proposed design for 10-user Command Post (see attached link), past performance, and price. Technical merit and past performance combined will be slightly more important than price. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This requirement is issued as a full and open competition for a firm fixed-price contract for supplies with associated services and support. This is a Small Business Set-aside (SBSA) (FAR 52.219-6). This contract will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Copy of such warranty should be attached to offeror’s proposal. Clauses/provisions: 52.203-3; 5 2.211-14 (DO); 52.211-15; 52.212-1; 52.212-2 (past performance); 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations/Certifications and forward with proposal); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33; 52-232-36); 52.215-05; 52.216-22 (IDIQ) (812-854-3465 fax #); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, DUNS number, and Tax Identification Number (TIN). The contractor shall include the following on invoices: (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked “original invoice”; (3) Contract number, contract line item number and order number; (4) Description, quantity, unit of measure, and unit and extended price; (5) Shipping number and date; (6) Payment terms; (7) Name and address for payment; and (8) POC for invoicing problems. Invoices will be handled in accordance with the Prompt Payment Act and OMB Circular A-125. MAIL invoices to: Vendor Pay, Code 0562, Bldg. 2701, NSWC Crane, 300 Highway 361, Crane, IN 47522-5002. Payment status is available at www.dfas.mil/money/vendor. Packages are to be accompanied by packing slips, preferably DD 250’s. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or @ www.ccr.gov. EXPEDITING CONTRACT CLOSEOUT (NAVSEA)(DEC 1995-a) Both the Government and the Contractor have agreed to waive any entitlemen t that otherwise might accrue to either party in any residual amount of $500 or less at time of final contract closeout. Standard commercial preservation and packaging is authorized unless otherwise specified. MOST FAVORED CUSTOMER ASSURANCE – The contractor agrees that the prices for the supplies or services furnished under this contract are as low or lower than those charged the supplier’s most favored customer for comparable quantities under similar terms and conditions. TAX EXEMPTION – Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts NSWC Crane, as a government activity from any payment of sales and use tax. Exemption # 0018103400015 assigned. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for futur e discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to Dale Dewar, 812-854-3465, or e-mail dewar_dale@crane.navy.mil. All required information must be received on or before 02 August 2002 @ 2:00 PM Eastern Standard Time. Our mission at NAVSEA Crane is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Please consider taking the time to complete the survey. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes.
- Web Link
-
NSWC Crane's web address
(http://www.eps.gov/spg/USN/NAVSEA/N00164/N0016402R6608/listing.html)
- Record
- SN00103876-F 20020704/020703042756 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |