Federal Bid

Last Updated on 29 Dec 2016 at 9 AM
Combined Synopsis/Solicitation
Indian head Maryland

Upgrade Moser Nitration Process Control System

Solicitation ID N00174-17-T-0005
Posted Date 05 Dec 2016 at 6 PM
Archive Date 29 Dec 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Indian head Maryland United states 20640
The purpose for this amendment is to change the closing date from:  09 December 2016; 1500 Eastern Standard Time  to:  14 December 2016; 1500 Eastern Standard Time.

Also, the mailing address to send the quotations is:  Naval Surface Warfare Center Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Attention:  Karen Tindley-Smith, Code 022KT, 4081 North Jackson Road, Building 841, Suite 108, Indian Head, MD  20640-5115. 



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The synopsis is being issued under Full and Open Competition with a 10% HUBZONE price evaluation preference. This announcement constitutes the only solicitation; proposals are being requested, but a written solicitation will not be issued. This solicitation, N00174-17-T-0005, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20161021.

The North American Classification System Code is 811310 and size standard is    $7.5 Million.

Naval Surface Warfare Center Indian Head EOD Technology Division (NSWC IHEODTD) has a requirement to Upgrade the Moser Nitration Process Control System, Replace Punch Card Controller with Programmable Logic Controller (PLC)/ Human-Machine Interface (HMI) System in accordance with Statement of Work, Attachment 1- Statement of Work. Delivery for (Phase 1) 4-6 months after award of contract.  Delivery for (Phase 2) 45 days at a time most advantageous to the government but within five (5) years of contract award. Acceptance is at NSWC IHEODTD, Indian Head, MD 20640, FOB Destination.

Upgrade the Moser Nitration Process Control System, Replace Punch Card Controller with Programmable Logic Controller (PLC)/Human-Machine Interface (HMI) System

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

 

2

Each

 

 

 

Programmable Logic Controller (PLC)/Human-Machine Interface (HMI) System in accordance with Statement of Work (Attachment 1)

 

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0002

 

5

Each

 

 

 

Spare Switches in accordance with the Statement of Work (Attachment 1

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0003

 

1

Lot

 

 

 

Software Product Specifications (SPS) In accordance with DD 1423

 (Attachment 2)

 

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0004

 

1

Lot

 

 

 

Commercial Drawings/Models and Associated List In accordance with DD 1423  (Attachment 3)

 

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0005

 

1

Lot

 

 

 

Complete Parts List In accordance with DD 1423 (Attachment 4)

 

 

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0006

 

1

Lot

 

 

 

Engineering Manual In accordance with DD 1423  (Attachment 5)

 

 

 

Option 1

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0007

 

1

Each

 

 

Option

Installation of  Programmable Logic Controller (PLC)/Human-Machine Interface (HMI) System and associated components

 

 

 

 

 

ITEM NO

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0008

 

1

Lot

 

 

Option

Training to be performed  1 week after installation of the Programmable Logic Controller (PLC)/Human-Machine Interface (HMI) System for a total of 16 hours for operations, engineering and maintenance of the system.

 

 

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the combined synopsis/solicitation will be the lowest price technically acceptable offer.  All technical factors must be met to be considered acceptable.  The following factors shall be used to evaluate offers:

 

(1) Technical Capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, (2) Past Performance and (3) Price.

Volume I:    Factor 1: Technical Capability
Volume II:   Factor 2: Past Performance
Volume III:  Factor 3: Price
Volume IV:  Factor 4: Cover Letter/Firm Fixed Price Proposal

 The Offeror shall submit the following information.  Failure to do so will render an offer ineligible for award.

 1.  Four (4) copies of the Technical Volume.

2.  One (1) copy of Past Performance

3.  One (1) copy of Price Volume

4.  One (1) copy of Cover Letter/Firm Fixed Price Proposal

Volume I:  FACTOR 1: TECHNICAL CAPABILITY

 The Offeror shall describe, in detail, how it will meet the requirements of the Statement of Work (SOW) and the Salient Characteristics for the Upgrade to Moser Nitration Facility Process Control System - Replace Punched Card Controller with programmable logic controller (PLC)/human-machine interface (HMI) System.  The Offeror's proposal shall demonstrate their ability to procure, integrate, program, and install an upgraded Moser Nitration Facility process control system.  The Offeror shall demonstrate technical soundness in their approach and provide confidence that they will use best practices when designing, testing and installing the process control system given the critical nature the explosive operation.  The Offeror shall also describe their ability to execute the work within the specified timeframes for the contract base and option by providing a schedule identifying major tasks and events.  The schedule must include integrated design development, component ordering and delivery, component integration, process control system programming, functional testing at Offeror's site, system installation and functional testing, and personnel training.

 The Offeror shall provide the intended source of supply and manufacturer for all critical system components.   The Offeror shall also specify the process control programming software.  The Offeror shall identify key individuals and provide their qualifications/experience, including subcontractor personnel, who shall be responsible for executing the proposed plan.  The Offeror shall provide relevant qualifications/experience summaries and examples as related to the development of process control systems for explosive operations.The Offeror shall identify any problem areas or risks associated with executing the work as shown in the proposal and include the strategy to mitigate these risks.  

 General statements, that the Offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the solicitation's requirements in whole or in part, will not constitute compliance with the foregoing requirements concerning the content of the Technical proposal.  

Any exception to a requirement listed in the SOW or Salient Characteristics must be specifically identified and shall include an accompanying rationale for the exception.  Listed exceptions shall not be counted against the page limitation for this factor.

 DO NOT PROVIDE PRICING INFORMATION IN THE TECHNICAL VOLUME.

 Volume II: FACTOR 2: PAST PERFORMANCE

 The Offeror shall provide up to three references listed on the past performance matrix (Attachment to Section  6 ) for federal government contracts for supplies performed in the last five years from the date of issuance of the solicitation that are the same or similar to those required under this procurement.  If the Offeror does not have any Federal Government contracts, then list state, local, or commercial contracts, in that order.  Failure to submit any Contractor Past Performance Questionnaires shall be considered certification that the contractor has no record of relevant and meaningful past performance for the Government to evaluate.  In that case, the Offeror shall affirmatively state that it possesses no relevant past performance and explain why it has no relevant past performance or cannot provide any Questionnaires.  Failure to provide the required information or to provide an explanation may result in the removal of the Offeror from consideration for award.

 Relevant past performance is defined as experience that is of the same or similar scope (i.e, for the same or similar items), of the same or similar magnitude, and of the same or similar complexity to that which is described in the solicitation.

 The Past Performance Questionnaire includes questions on (1) customer satisfaction; (2) timeliness; (3) technical success; (4) program management; and (5) quality. The Government will not assign a rank to the Past Performance factor, but will determine the acceptable or unacceptable nature of the past performance for each Offeror based on the information provided and review of other sources of past performance information available to the Government.

 Volume III: FACTOR 3: PRICE

 This volume is the only volume that shall contain price information.  There is no limitation on the number of pages or print size for the price proposal.  All attachments to the Price Volume shall be clearly identified.  The Price Volume shall include the completed RFP document, with Section B, pricing filled in.  Proposed prices shall be provided for all quantities for all contract line items (CLINs), to include any warranty and delivery charges to destination in accordance with the solicitation term "FOB - Destination."

Offerors responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.) but must include the following information:

 1.) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), ability to meet delivery requirement and unit cost of product.

2.) The company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number.

3.) For a quote on a comparable commercial item, product literature must be included.

 Volume IV - FACTOR 4: Cover Letter/Firm Fixed Price Proposal

 The Offeror shall submit a cover letter which includes consent and agreement to provide for the requirements of the Statement of Work, Salient Characteristics, drawings, training, standard commercial warranty, delivery/installation at NSWC Indian Head EOD and all applicable clauses/attachments of this combined synopsis/solicitation. 

 METHODOLOGY

 At the conclusion of evaluations, the Government will reach a consensus rank for an Offeror's Technical information, Past Performance, and Price.  In accordance with FAR 15.101-2, Offerors will then be evaluated by comparing quotes having acceptable Technical and Past Performance ratings with lowest evaluated price.  Offerors are advised that the Government seeks quotes that demonstrate acceptable technical compliance at the lowest price.  Award will be made to the Offeror whose proposed quote represents the lowest price offer with acceptable technical and past performance proposals.  A neutral past performance rating will not disqualify an Offeror.

 Offeror shall complete the following electronic annual representations and certifications via the System for Award Management (SAM) www.sam.gov/ in conjunction with required registration database: FAR 52.212-3 Alt I Offeror Representations and  Certifications-Commercial Items.

 
The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition.  The additional clauses cited within clause 52.212-5 are applicable: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,  52.225-1, 52.225-3, 52.225-13, and 52.232-33.  The following clauses are hereby incorporated as addenda to clause 52.212-4: 52.204-19, 52.209-10, 52.209-11, 52.217-9, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7006, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.225-7048, 252.232-7010, 252.247-7023, 252.232-7006, HQ G-2-0009, IHEODTD 6, and IHEOTD 76.


Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS).

Proposals shall be submitted by email to [email protected]. Proposals shall include a completed copy of FAR 52.212-3 Alt I with proposals unless the vendor is registered in System for Award Management (SAM)
www.sam.gov/.  If registered, please state this on your quotation and affirm your Representations and Certifications are up to date. All quotations must be received no later than 1500 Eastern Standard Time, 9 December 2016. Any questions concerning the RFQ shall be submitted in writing to, and received by, the Contract Specialist no later than 10 days prior to the response date of this solicitation. Questions may be transmitted to [email protected].

It is the responsibility of the contractor to be familiar with the applicable clauses and provisions which may be accessed in full text at these addresses: https://www.acquisition.gov/Far/, http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.

 List of Attachments: Attachment (1) Statement of Work- 5 pages, Appendix A: IHEODTD Drawing No. 2010-Y-014 Rev C (Pneumatic Electric Drawing - 42 pages, Appendix B: IHEODTD Drawing No. 2010-Y-012, No Revisions (Moser- 2 pages, Appendix C- 5 pages, Appendix D - 1 page, Appendix E - 119 pages, Appendix F - 119 pages, Attachment (2 thru 5) DD 1423 - 8 pages and Attachment (6) Past Performance Matrix and Past Performance Questionnaire - 4 pages .

Bid Protests Not Available

Similar Past Bids

Indian head Maryland 15 Sep 2017 at 1 PM
Henderson Nevada 13 Jan 2020 at 5 AM
Henderson Nevada 13 Jan 2020 at 5 AM
Henderson Nevada 13 Jan 2020 at 5 AM
Henderson Nevada 13 Jan 2020 at 5 AM

Similar Opportunities

Indian head Maryland 11 Jul 2025 at 2 PM
Hill air force base Utah 28 Nov 2027 at 4 PM
Hill air force base Utah 13 Nov 2027 at 4 PM
Page Arizona 11 Jul 2025 at 7 PM