Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 14, 2001 PSA #2850
SOLICITATIONS

A -- ASIC CHIP SET FOR NPOESS

Notice Date
May 10, 2001
Contracting Office
NPOESS/Integrated Program Office, NOAA/SAO Procurement Staff, 8455 Colesville Road, Suite 1450, Silver Spring, MD 20910
ZIP Code
20910
Solicitation Number
IPO-2001-01
Response Due
May 21, 2001
Point of Contact
John Inman, Contracting Officer (USAF), 301 427 2084 x162
E-Mail Address
CLICK HERE FOR THE CONTRACTING OFFICER'S E-MAIL (john.inman@noaa.gov)
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. An ASIC CHIP SET BACK-UP DOCUMENT has been posted on the NPOESS website; this document contains essential information for offerors and must be downloaded in order to prepare a quality quotation. The url for this document is <http://npoesslib.ipo.noaa.gov/Splnotes/Program/asic_npoess.pdf>. (ii) IPO-2001-01 is the solicitation number; the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and Defense Acquisition Circular DCN 20001213 Edition. (iv) This acquisition is an unrestricted acquisition (NAICS 334413 (Semiconductor memory chips manufacturing) applies, with size standard of 500 employees). (v)CLIN 0001 is the Phase 0 and Phase I development and design 1 LO $_____. CLIN 0002 is the Phase II fabrication of twenty (20) ASIC Proof-of-Design (POD) sets 20 SE $_____/SE. CLIN 0003 is Phase IV fabrication of engineering and flight-quality units with option quantities ENGINEERING PARTS 25 SE $_____/SE; 50 SE $_____; and 100 SE $_____ ; QML-Q PARTS 25 SE $_____/SE; 50 SE $_____; and 100 SE $_____; and QML-V PARTS 25 SE $_____/SE; 50 SE $_____; and 100 SE $_____. Offerors may quote a different CLIN structure. (vi) CLIN 0001 includes the description in the ASIC CHIP SET BACK-UP DOCUMENT posted on the NPOESS website, including a preliminary design review (PDR) and critical design review (CDR). Each set in CLIN 0002 and CLIN 0003 includes (i) A LINK LAYER CONTROLLER (LLC) AND COMPACT PCI (CPCI) CHIP, (ii) A DIGITAL PHYSICAL INTERFACE (DPHY) CHIP, and (iii) AN ANALOG PHYSICAL LAYER (APHY) CHIP, as described in the ASIC CHIP SET BACK-UP DOCUMENT posted on the NPOESS website. The CLIN 0003 engineering and flight-quality parts are option items which the Government might, at its discretion, exercise within one year after delivery of CLIN 0002 POD sets. The Government desires option prices on 25, 50, and 100 sets of engineering parts; 25, 50, and 100 sets of QML-Q parts; and 25, 50, and 100 sets of QML-V parts. (vii) Delivery requirements are discussed in the ASIC CHIP SET BACK-UP DOCUMENT posted on the NPOESS website; all deliveries are FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The clause at 52.212-2, Evaluation-Commercial Items, applies, with the following evaluation factors: Technical Risk, Schedule, Extended Support, Past Performance, and Price. Technical Risk, Schedule, Extended Support, and Past Performance, when combined, are more important than Price. The Government reserves the right to award to an offeror other than the low-priced offer. (x) Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this solicitation. Specifically the following clauses cited are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts); 252.225-7007, Buy American Act Trade Agreements Balance of Payments Program; 252.225-7014, Preference for Domestic Specialty Metal with Alternate I; 252.227-7015, Technical Data Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.243-7002, Requests for Equitable Adjustment. (xiii) 52.217-7, Option for Increased Quantity Separately Priced Line Item, applies, with fill-in one year after delivery of CLIN 0002 POD sets. (xiv) Defense Priorities and Allocations System does not apply. (xv) N/A. (xvi) Quotations are due at 12pm (noon), eastern standard time, on Monday, March 21, 2001, at NPOESS IPO, 8455 Colesville Rd Ste 1450, Silver Spring MD 20910. Electronic submissions are welcome to john.inman@noaa.gov. The submission should include the representations and certifications required by (x) above. The offeror should submit a quotation that provides the pricing information required above as well as other documentation necessary to evaluate the quotation according to the evaluation criteria listed above and based on the ASIC CHIP SET BACK-UP DOCUMENT posted on the NPOESS website. In its quotation, the offeror must include a discussion of how it proposes to handle Phase III second-passes as described in the ASIC CHIP SET BACK-UP DOCUMENT posted on the NPOESS website. The complete quotation should not exceed eight (8) pages, but the representations and certifications and small business subcontracting plan are not included in this page count. (xvii) For information, call Mr John Inman at 301/427-2084x162 or e-mail <john.inman@noaa.gov>.
Web Link
CLICK HERE FOR THE ASIC CHIP SET BACK-UP DOCUMENT (http://npoesslib.ipo.noaa.gov/Splnotes/Program/asic_npoess.pdf)
Record
Loren Data Corp. 20010514/ASOL011.HTM (W-130 SN50L7C6)

A - Research and Development Index  |  Issue Index |
Created on May 10, 2001 by Loren Data Corp. -- info@ld.com