SOLICITATION NOTICE
49 -- Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Depot Laser Test Station Replacement
- Notice Date
- 10/26/2011
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
- ZIP Code
- 30308
- Solicitation Number
- 4QBP57113332
- Archive Date
- 12/24/2011
- Point of Contact
- Keith C. Echols, Phone: (478) 297-7583
- E-Mail Address
-
keith.echols@gsa.gov
(keith.echols@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: #4QBP57113332 Notice Type: Solicitation - Request for Proposal (RFP) Synopsis: The subject solicitation will result in a direct negotiated award to Northrop Grumman Corporation, CAGE 34860, in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-2 under the authority of 10 U.S.C. 2301(c)(1). This announcement constitutes the only solicitation; a proposal is being requested at this time and no other written solicitation be issued. This notice is issued as a RFP. This solicitation is not a small business set aside. The NAICS code applicable to this procurement is 334511 (.Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). This solicitation document incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-51. The FAR requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the Central Contractor Registration (CCR) Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. The scope of this effort is to acquire a Manual Boresight and Sensitivity Table in support of the Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) system workload. Current workload of LANTIRN includes testing the capabilities of Laser Transmitter/Receivers (LTRs). Two of the tests required for the LTRs include a boresighting test and a sensitivity test. The current Manual Boresight table used to boresight LTRs consists of obsolescent equipment, some of which is proprietary to Northrop Grumman. Due to the obsolescence of the current Manual Boresight Table equipment, it is important that the shop possess an available spare for continued production. LANTIRN is under a current agreement with Northrop Grumman to have a sensitivity test provided (through combining some equipment used on the current Manual Boresight Table and equipment provided by Northrop Grumman). However, due to the obsolescence of the current Manual Boresight Table, interfacing this equipment with newer equipment is very difficult and inefficient. The requirement is further defined in the attached Statement of work (SOW) dated 26 Oct 2011. Delivery--18 months after receipt of contract Contract Type: Firm Fixed Price (FFP) Place of Performance: Work shall be performed at the Contractor's facility, WR-ALC and other USAF locales as determined by the Government and as required depending on mission requirements. Applicable Provisions/Clauses: See Attachment "Contract Clauses" FAR 52.209-5, Certification Regarding Responsibility Matters (Apr 2010). FAR 52.209-7, Information Regarding Responsibility Matters (Apr 2010). FAR 52.209-8, Updates of Information Regarding Responsibility Matters. (Apr 2010). Evaluation Criteria: The Government will award a contract resulting from this solicitation to Northrop Grumman whose offer conforms to the solicitation and is determined to be a responsible offeror. The following factor(s) shall be used to evaluate the offeror: Technical Capability and Corporate Past Performance. 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. Technical Capability: Offerors must demonstrate an understanding of the performance requirements and an ability to execute them IAW the SOW. contents, and graphics. In determining technical acceptability, the Government will evaluate the offeror's understanding of the work and soundness of their approach to specifically include an offeror's ability to provide the required service, personnel, and equipment necessary to successfully execute the SOW requirements. Corporate Past Performance: Corporate past performance will be considered as either pass/fail. Offerors shall submit as a part of their corporate past performance submittal of at least one (1) past or current contracts/task orders with comparable requirements to the solicited contract. Corporate past performance information must include a point of contact (name, company name, phone number, fax number and email), contract number, contract type, dollar value, date of award, performance period, and a brief narrative describing the nature and complexity of the work. The offeror shall also describe their role in the project(s) and its relevance to the solicited contract. Submissions for past performance shall not exceed five (5) pages excluding title pages, table of contents, and graphics. In determining pass/fail, the Government's will consider the offeror's ability to perform relevant and recent effort(s). Additionally, the Government may use data provided by the offeror and data obtained from other sources that it considers current, accurate and relevant. Price: Northrop Grumman shall provide a written price proposal. Pricing shall include the proposed labor categories, number of hours per labor category, material cost, G &A, and profit. In determining the total price reasonableness, the Government will consider the level of effort and the mix of labor categories proposed to perform the contract requirements. Subcontracting Plan: As required Proposal Submission: Northrop Grumman must submit their proposal via GSA's IT Solution Shop (ITSS) web-based order processing system. Proposals will only be received and awarded via ITSS. The webpage link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login. In order to access this RFP in ITSS for submission of a proposal, Northrop Grumman must send the exact individual name and company registered in ITSS via email to keith.echols@gsa.gov no later than 1:00 pm on 18 Nov 2011. THE CONTACT'S NAME MUST BE EXACTLY AS IT APPEARS IN ITSS. Northrop Grumman will not be able to access this RFP in ITSS without providing this requested information to GSA in advance of the closing date. Its Northrop Grumman's responsibility to ensure vendor registration in ITSS, notification of ITSS registration to the GSA POC for this solicitation and submission of the proposal is completed before the proposal closing date and time. The proposal closing date in ITSS is 3:00 pm on 9 Dec 2011 (EST). General Information: Northrop Grumman shall furnish all the information requested by this solicitation and are expected to examine this entire solicitation document including the PWS. Failure to do so will be at the offeror's own risk. The proposal shall set forth full, accurate, and complete information as required by this solicitation package. The penalty for making false statements in quotations is prescribed in 18 U.S.C. 1001. Northrop Grumman submitting restrictive data will mark it as follows in accordance with the FAR Clause 52.215-1 Instructions to Offerors - Competitive Acquisition which is incorporated by reference. Clause 52.215-1 states: "Offerors who include in their proposals/quotations data they do not want disclosed to the public for any purpose or used by the Government except for evaluation purposes, shall - Mark the title page with the following legend: "This proposal/quotation includes data that shall not be disclosed outside the Government and shall not be duplicated, used or disclosed--in whole or in part--for any purpose other than to evaluate this proposal or quotation. If, however, a contract is awarded to this offeror as a result of--or in connection with--the submission of this data, and the Government incorporates the proposal/quotation as part of the award, the Government shall have the right to duplicate, use, or disclose the data. Also, this restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to the restriction is contained in sheets (insert numbers or other identification of sheets)"; and Mark each sheet of data it wishes to restrict with the following legend: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal or quotation." The Government assumes no liability for disclosure or use of unmarked data and may use or disclose the data for any purpose. Unless restricted, information submitted in response to this request may become subject to disclosure to the public pursuant to the provisions of the Freedom of Information Act (5 U.S.C. 551). Northrop Grumman shall specifically identify and address assumptions within their proposal. The Government reserves the right to reject any proposal that include any assumption that fails to assent to a material term of the solicitation. All Questions regarding Request for Proposal must be submitted by Northrop Grumman, NLT 3:30 PM, Dec 9, 2011. Points of Contact: GSA Customer Account Manager (CAM): TBD GSA Senior Contracting Officer (SCO): Keith C. Echols General Services Administration 401 West Peachtree St, NW Suite 2700 Atlanta, GA 30308 Phone: (478) 297-7583 FAX: (748) 953-8692 E-mail: keith.echols@gsa.gov Technical Point of Contact (POC): Jonathan Goheen Electronics Engineer 402 MXSS/MXDTB 420 Richard Ray Blvd Ste 100 Robins AFB, 31098 DSN 468-9465 Phone: 478-926-9465
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/94dde5226c637a990ef6dc478c713c59)
- Record
- SN02613317-W 20111028/111026234316-94dde5226c637a990ef6dc478c713c59 (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 |