The RFP Database
New business relationships start here

Microphone Array System


Rhode Island, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis and solicitation for commercial services prepared in accordance with the format in 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. 




Request for Quotation (RFQ) number is N66604-18-Q-2952. This requirement is being solicited on an unrestricted basis, as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 employees.  


NUWC Division Newport intends to purchase, on a Firm Fixed Price (FFP) basis, one (1) Microphone Array System. 


For the purposes of quoting to this opportunity, the Contract Line Item Number (CLIN) structure is identified below.


 






Item Description




Minimum Requirement




Quantity/ PoP




Unit Price




Total Price






CLIN 0001




Microphone Array:


 


1. A system with over 1000 (one-thousand) elements arranged in a planar rectangular geometry

 

a. element spacing must be between 9mm-20mm


 

b. Aperture area must be a minimum of 620mm x 620mm

 


2. Access to raw stream data for each microphone, all of which are connected to a central data processing system to connect with a computer via USB or Ethernet


 


3. Mounting structure to hold microphones


 


4. Outdoor operability


 


Microphones:


 


1. Omni-directional


 


2. 20Hz - 20kHz Bandwidth


 


3. Embedded analog-to-digital converters (ADCs), synchronized


 


Calibration:


 


1. Calibration documentation required on all microphones and hydrophones


 


Optical Video Camera:


 


1. Synchronized data capture of optical camera and acoustic data




1 Each/ Upon award- September 15, 2018




 




 






Total




 






The CLIN structure also identifies the Government Minimum Specifications. Offerors must submit detailed product information along with the quote, to demonstrate quoted items meet the requirements. The offeror shall state in their quote if shipping is included in their price.  


The desired delivery date is 7 weeks ARO. Contractors SHALL invoice seven (7) calendar days after award.


The Government has determined that this requirement includes an exception to Electronic and Information Technology (EIT), citing FAR 39.204(b), therefore, Section 508 requirements do not apply. 


In accordance with DFAR Clause 252.211-7003 the contractor shall provide a unique item identifier (UID) for all delivered items for which the Governments unit acquisition cost is $5,000.00 or more. If UID applies, payment will be via wide area workflow (WAWF).  If UID does not apply the Governments preferred payment method is via credit card.   


Defense Priorities and Allocations System (DPAS) rating of DO-C9 applies.


Offerors shall include price, delivery terms, point of contact (including phone number and email address), Offeror CAGE code, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers. Quotes received after the closing date and time specified will be ineligible for award. 


Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation.  


The government's payment method will be via Invoice, Receipt, Acceptance and Property Transfer (iRAPT, formerly known as Wide Area Workflow (WAWF)). 


This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified above, in the required quantities specified above and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. 


Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the website.


Offers must be e-mailed directly to Christina Sherron at Christina.Sherron@navy.mil. Offers must be received no later than 2:00 p.m. (EST) on Wednesday, 18 July 2018. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Christina Sherron at Christina.Sherron@navy.mil.


Christina Sherron, Phone 4018326462, Email christina.sherron@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP