MODIFICATION
58 -- Hydrophone Array Cables - Attachment A, RFP Hydrophone Array Cables Rev 20180320
- Notice Date
- 3/20/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Commander in Chief, Atlantic Fleet, Naval Oceanographic Office (NAVOCEANO), Contracts Department (N5), 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522-5001, United States
- ZIP Code
- 39522-5001
- Solicitation Number
- N6230618R0003
- Point of Contact
- Desiree Vogt, Phone: 228-688-4367, Christy Moody, Phone: 228-688-5302
- E-Mail Address
-
desiree.vogt@navy.mil, christy.moody@navy.mil
(desiree.vogt@navy.mil, christy.moody@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment A, RFP Hydrophone Array Cables Rev 20180320 This combined synopsis/solicitation has been amended to 1.1 Extend solicitation questions from March 22, 2018 to March 26, 2018. Section 1.1 of this combined synopsis/solicitation. 1.2 Extend proposal due date from March 27, 2018 to April 3, 2018. Section 5.4 of this combined synopsis/solicitation. 1.3 Make changes to Section 8 Best Value Evaluation of this combined synopsis/solicitation. 1.4 Include FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014). Located in Attachment A, RFP Hydrophone Array Cables Rev 20180320. 1.5 Change option clause from FAR 52.217-9 to FAR 52.217-7. Located in Attachment A, RFP Hydrophone Array Cables Rev 20180320. 1.6 Change FAR 52.212-3 ALT I as full text. Located in Attachment A, RFP Hydrophone Array Cables Rev 20180320. 1.7 Adjust award date throughout from May to time of award. Located in Attachment A, RFP hydrophone Array Cables Rev 20180320. Section 1.1 Questions must be submitted in writing. The questions format is provided as Attachment C, Questions Request Form. Questions shall be submitted via electronic mail (e-mail) to: NAVO_STNS_CONTRACTS@nmci-isf.com. Questions will be accepted up to 2:00 p.m. March 26, 2018. All questions and answers will be published via amendment to the solicitation. Section 5.4 Proposal due date and time is April 3, 2018, 11:00 local time. Section 8. BEST VALUE EVALUATION 8.1 FAR 52.212-2 is applicable to this procurement. 8.2 The final contract award will be based on a combination of factors: combination of past experience, price, technical capability, and past performance. While price and technical capability will be significant factors in the evaluation of offer, past experience will be the highest importance factor. 8.3 Recent is defined as project examples within the last 3 years. 8.4 Relevant is defined as projects similar to the project in this solicitation in scope, magnitude and complexity and that have a logical connection with the requirements of this RFP. 8.5 Non Price Factors 8.5.1 Past Experience: Provide a maximum of three projects showing recent and relevant experience. Information containing manufacturing of underwater equipment that can survive in harsh conditions of the deep ocean and underwater cable molding must be included in the past experience. 8.5.2 Technical Capability: Technical capability is comprised of three subcategories: Cable Specification, Splicing/Molding Process, and Quality Assurance Approach. In order to be considered technically capable the prospective offeror must meet the cable specification minimum specified in the SOW, as well as, a narrative describing high quality splicing/molding process to be utilized along with quality assurance approach used. If cable specifications are not met no additional consideration to offer will be given. 8.5.3 Past Performance: Past performance will be evaluated using the Past Performance Information Retrieval System (PPIRS). Include past performance information containing manufacturing of underwater equipment that can survive in harsh conditions of the deep ocean and underwater cable molding. If no relevant past performance history is available for your DUNs number, you must provide a list of the Company name, POC name, address, email and phone number of organizations for which services on previously performed contracts or on-going contracts that show recent and relevant past performance. Government databases may be checked and previous customers and/or evaluators may be contacted as references or verification of performance. A lack of past performance information will result in a neutral rating during evaluations. 8.6 Each Offer shall include the following: 8.6.1 Proposed cable specification, of a maximum of 2 pages. The cable specification shall include a cross-section diagram and technical details for the materials used. 8.6.2 A narrative, of a maximum of 2 pages, describing high quality splicing/molding process that will be used. The description shall include any specialized techniques uses such as "tensile strength preservation", "hot splicing", and "degassing". 8.6.3 A narrative, of a maximum of 1 page, of quality assurance approach used. Include in the narrative actions/methods employed to ensure compliance with the SOW and reduced cable waste. 9. ATTACHMENTS: Attachment A, RFP Hydrophone Array Cables Rev 20180320 - for SOW, applicable supplemental/addenda information, provisions, clauses, and instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2d00ba6faabd0819d4f69d195891b9cf)
- Place of Performance
- Address: Naval Oceanographic Office, STENNIS SPACE CENTER, Mississippi, 39522, United States
- Zip Code: 39522
- Zip Code: 39522
- Record
- SN04860878-W 20180322/180320231441-2d00ba6faabd0819d4f69d195891b9cf (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 |