|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1998 PSA#2024HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218 16 -- COMMERCIAL ACTIVE NOISE REDUCTION SYSTEM (ANRS) SOL
F41624-98-R-1004 DUE 021798 POC Susan Madrid, Contract Specialist,
(210) 536-4726 WEB: click here to download a copy of the RFP,
http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html. E-MAIL:
click here to contact the contract specialist via e-mail,
Susan.Madrid@hermes.brooks.af.mil. A -- ACTIVE NOISE REDUCTION SYSTEM
(ANRS) SOL F41624-98-R-1004 POC Susan M. Madrid, Contract Specialist,
(210) 536-4726; Sharon Bickford, Contracting Officer, (210) 536-4584.
This is a combined synopsis/solicitation for commercial items (CIs)
prepared in accordance with the format in the Federal Acquisition
Regulation (FAR), subpart 12.6, as supplemented with additional
information included. This announcement constitutes the only
solicitation. A separate written solicitation will not be issued.
Proposals are being requested and may be submitted on company
letterhead stationary. Offeror's proposal shall be valid for 180
calendar days. Anticipated award date is 30 June 98. FAR 52.212-1
INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS is incorporated by
reference and applies to this solicitation and can be found at
http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html under the
Listing of Solicitation files (Please note the address is case
sensitive). The offeror's proposal and product samples are to be
received no later than 4:00 pm Central Standard Time on 17 Feb 98 to
the following address: Department of the Air Force, Headquarters Human
Systems Center (AFMC), 8107 13th Street, Brooks Air Force Base, TX
78235-5218, to the attention of Ms Sharon Bickford, Contracting
Officer. The Government requires the following product sample to be
furnished in accordance with FAR 52.212-1, Instructions to Offerors --
Commercial Items 52.212-1(d): Fifteen (15) ANR systems: a) The product
samples shall be complete and production representative. b) The
Government shall not assume any cost for the product samples, to
include costs for their delivery or return. c) At the Government's
expense, the Government will conduct test and evaluation. d) The
Government may terminate test efforts upon demonstrated noncompliance
with any Subfactor (2) requirement. Upon completion or termination of
government testing, the product samples may be returned to the offeror
upon request. However, the government shall not assume or incurany
obligation for the return, condition, or quantity of product samples
returned. e) Product samples not meeting the Subfactor (1) requirements
or selected as a best value candidate may be returned to the offeror
upon request at offeror's expense. NOTE: At the end of this
solicitation it will read END, if the offeror's copy stops before this
point contact the POC. The incorporated document, provisions and
clauses are those in effect through Federal Acquisition Circular 97-03
and Defense Acquisition Circular 91-12. This acquisition is
unrestricted and is not a Set Aside for Small Business. SIC code #
3669. The Contract Line Item Numbers (CLINs) are CLIN 0001 for One
Thousand, Five Hundred, and Sixty-three (1563) Active Noise Reduction
Systems for installation in the HGU-55/P helmet; CLIN 0002 Replacement
Components for ANR system (please price items separately). The
contractor shall deliver CLINs 0001 and 0002 NLT 12 MACA. Delivery is
FOB destination, to HQ AFSOC/DOOTL, 100 Bartley St, Ste 250, Hurlburt
Field, FL 32544-5273. In accordance with FAR 52.212-2, EVALUATION --
COMMERCIAL ITEMS (Oct 1997), (a) The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be the best value to the
Government, cost and other factors considered. The best value approach
will permit the Government to have tradeoffs among cost or price and
non-cost factors and allow the Government to accept other than the
lowest price proposal. The following factors shall be used to evaluate
offers: (1) Technical capability, (2) Cost, and (3) Past performance.
Factor (1) Technical Capability: Of the item offered to meet the
government requirement and completeness of test documentation, the
offeror shall provide existing technical documentation, test results or
technical analysis, to substantiate compliance with the Salient
Characteristics 1 thru 30. Test results should include test
methodology, test equipment and parameters, and supporting test data.
When conveying requirement compliance for salient characteristics,
relevant aspects of circuit design, components, mechanical
construction, materials, etc. should be addressed. Downselect Criteria:
Compliance with Subfactor (1) requirements must be met in order to be
considered for Subfactor (2) evaluation. Failure of the offer to
demonstrate compliance by providing technical documentation will result
in an offer being removed from further consideration. The Government
will determine a single candidate to proceed into the Subfactor 2
evaluation from those offerors demonstrating compliance with the
Subfactor (1) requirements. Compliance with Factor (1) shall be
determined from the Subfactor 1 and 2 results. For Subfactor 2, the
Government will conduct Test and Evaluation of product samples to
assess technical capability and operational suitability . Factor (2)
Cost: The offerors shall provide current commercial catalog prices, and
warranty information to include terms, conditions, covered items,
return procedures, and processing time. Replacement component prices
(eg., earcushions, foam, earcups, ANR modules, cabling, etc.) are
required for those components intended to be replaced. Factor (3) Past
Performance: The offerors shall comply with instructions identified in
FAR 52.212-1 para (b) (10). The Offeror shall also discuss existing
production capability, (hard tooling, test equipment, procedures,
etc.), build and delivery to date. The offeror shall submit a list of
current customers for the offered system or similar systems to include
POCs and phone numbers. The customer list shall consist of product
users who can provide feedback on system suitability and operational
performance. Due to limited space, Subfactors 1 and 2 can be found at
http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html. (b) 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, whether or not there are
negotiations after its receipt, unless a written notice of withdrawal
is received before award. Each offeror shall include a completed copy
of the provisions at FAR 52.212-3, Offeror Representations and
Certifications -- Commercial Items (Jan 97) with its proposal. FAR
Clauses: FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items (May 97) by reference can be found at
http://www.brooks.af.mil/HSC/PKA/programs/ANR/master.html FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (Aug 96) (Please note the clauses
that have the strike-through mark are not applicable to this
solitication.) The Contractor agrees to comply with the following FAR
clauses, which are incorporated in this contract by reference, to
implement provisions of law or Executive orders applicable to
acquisition of commercial items: (1) 52.222-3, Convict Labor (Aug 96)
(E.O. 11755); and (2) 52.233-3, Protest After Award (Aug 96) (31 U.S.C
3553). The Contractor agrees to comply with the FAR clauses in this
paragraph(b) which the contracting officer has indicated as being
incorporated in this contract by reference to implement provisions of
law or executive orders applicable to acquisitions of commercial items
or components: (1) 52.203-6, Restrictions on Subcontractor Sales to
the Government, with Alternate I (Jul 95) (41 U. S. C. 253g and 10 U.S.
C. 2402). (2) 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (Jan 97) (41 U.S. C. 423). (3) 52.219-8, Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns
(Jun 97) (15 U.S.C. 637 (d)(2) and (3));(4) 52.219-9, Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan (15
U.S.C. 637 (d) (4));(5) 52.219-14, Limitation on Subcontracting (15
U.S.C. 637(a)(14)).(6) 52.222-26, Equal Opportunity (Apr 84) (E.O.
11246). (7) 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans (Apr 84) (38 U.S.C. 4212).(8) 52.222-36,
Affirmative Action for Handicapped Workers (Apr 84) (29 U.S.C 793). (9)
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (Jan 88) (38 U.S.C 4212).(10) 52.225-3, Buy American
Act Supplies (41 U.S.C. 10). See DFAR 252.225-7001 Buy American Act and
Balance of Payments Program (Jan 94)(11) 52.225-9, Buy American Act
Trade Agreements Act Balance of Payments Program (Jan 96) (41 U.S.C.
10, 19 U.S.C. 2501-2582).{Reserved} 52.225-18, European Union Sanction
for End Products (E.O. 12849).(14) 52.225-19, European Union Sanctions
for Services (E.O. 12849).(15)(i) 52.225-21, Buy American Act North
American Free Trade Agreement Implementation Act Balance of Payments
Program (41 U.S.C 10, Pub. L. 103-187). (15)(ii) Alternate I of
52.225-21.(16) 52.239-1, Privacy for Security Safeguards (5 U.S.C.
552a).(17) 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (Aug 96) (46 U.S.C. 1241).(c) The Contractor agrees
to comply with the FAR clauses in this paragraph (c), applicable to
commercial services, which the Contracting Officer has indicated as
being incorporated in this contract by reference to implement
provisions of law or executive orders applicable to acquisitions of
commercial items or components:(Contracting Officer check as
appropriate.) (1) 52.222-41, Service Contract Act of 1965, As amended
(41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates
for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3)
52.222-43, Fair Labor Standards Act and Service Contract Act -- Price
Adjustment (Multiple Year and Option Contracts)(29 U.S.C. 206 and 41
U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and
Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C.
351,et seq.). (5) 52.222-47, SCA Minimum Wages and Fringe Benefits
Applicable to Successor Contract Pursuant to Predecessor Contractor
Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d)
Comptroller General Examination of Record. The Contractor agrees to
comply with the provisions of this paragraph (d) if this contract was
awarded using other than sealed bid, is in excess of the simplified
acquisition threshold, and does not contain the clause at 52.215-2,
Audit and Records -- Negotiation. (1) The Comptroller General of the
United States, or an authorized representative of the Comptroller
General, shall have access to and right to examine any of the
Contractor's directly pertinent records involving transactions related
to this contract. (2) The Contractor shall make available at its
offices at all reasonable times the records, materials, and other
evidence for examination, audit, or reproduction, until 3 years after
final payment under this contract or for any shorter period specified
in FAR Subpart 4.7, Contractor Records Retention, of the other clauses
of this contract. If this contract is completely or partially
terminated, the records relating to the work terminated shall be made
available for 3 years after any resulting final termination settlement.
Records relating to appeals under the disputes clause or to litigation
or the settlement of claims arising under or relating to this contract
shall be made available until such appeals, litigation, or claims are
finally resolved. (3) As used in this clause, records include books,
documents, accounting procedures and practices, and other data,
regardless of type and regardless of form. This does not require the
Contractor to create or maintain any record that the Contractor does
not maintain in the ordinary course of business or pursuant to a
provision of law. (e) Notwithstanding the requirements of the clauses
in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is
not required to include any FAR clause, other than those listed below
(and as may be required by an addenda to this paragraph to establish
the reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components -- (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a)); (3) 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4)
52.247-64, Preference for Privately Owned U.S.-Flagged Commercial
Vessels (46 U.S.C. 1241) (flow down not required for subcontracts
awarded beginning May 1, 1996). Additionally, the following DFAR
clauses apply: 252.225-7012 Preference for Certain Domestic Commodities
(Feb 97) and 252.227-7037 Validation of Restrictive Markings on
Technical Data (Nov 95). END (0030) Loren Data Corp. http://www.ld.com (SYN# 0208 19980203\16-0003.SOL)
16 - Aircraft Components and Accessories Index Page
|
|