Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2002 FBO #0111
SOLICITATION NOTICE

70 -- Synergy Processor Boards

Notice Date
3/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-01-Q-0342
 
Response Due
3/26/2002
 
Archive Date
4/10/2002
 
Point of Contact
Joseph Feibel, Contract Specialist, Phone (301) 995-8553, Fax 301-995-8670,
 
E-Mail Address
feibeljm@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for the acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-02-Q-0342 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the Government requirement. Synergy Microsystems, Inc.?s Processor Boards are the only commercial-off-the shelf item that can meet the Government?s minimum requirement. The Processor Boards must be compatible with the existing C-12673/UPX units. Substitution of another product at this time would require new drivers and significant software modifications. Procurement of any other vendor?s solution would lead to project software development failure and delay product deployment. The contract type will be firm-fixed-price. The contract line item numbers and description for this brand name mandatory procurement are** CLIN 0001 Synergy Processor Boards (P/N: SBC/VCMD-SM406-FXPDS1C3) (Qty of 10 EA), CLIN 0002 Synergy Microsystems Boot Pack (P/N: SOF/VX-SMONX750UBF2005401.21K.1) (Qty of 10 EA), CLIN 0003 Synergy Microsystems Board Support Pack (P/N: SOF/VX-X750UPC200-540-1.21K.1) (Qty of 1 EA), CLIN 0004 Synergy Microsystems Male Cable Assembly (P/N: CAS/RJ2D-8BM1M) (Qty of 5 EA), CLIN 0005 Synergy Microsystems Dual Serial Port Cable Spliter (P/N: CBL/J10J8J81M) (Qty of 5 EA), CLIN 0006 Synergy Microsystems Developer/Debugger User Guide (P/N: DOC/MAN-PPCSMON-5.1) (Qty of 5 EA), CLIN 0007 Synergy Microsystems VMEBUS SBC User Guide (P/N: DOC/MAN-VCMD-1.0) (Qty of 5 EA), CLIN 0008 Synergy Microsystems Certificate of Conformance (P/N: DOC/CERTOFCONF) (Qty of 1 EA), and CLIN 0009 Synergy Microsystems Sof/Maintenance Agreement (P/N: SOF/VX-X750AMC-5) (Qty of 1 EA). The North American Industry Classification Systems (NAICS) code for this requirement is 334418 with a size standard of 500 employees. The quote along with completed representations and certifications is due by 26 March 2002. Award is anticipated no later than 28 March 2002 with a requested delivery date of on or before 30 May 2002. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Tom Matthews, code 4.5.8.2. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will evaluate proposals for fairness and reasonableness in accordance with procedures as defined in FAR Subpart 15.4 prior to making an award. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (DEC 2001) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (DEC 2001) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2001) applies to this acquisition. (a) 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 acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) 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) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (2) 52.222-26, Equal Opportunity (E.O. 11246); (3) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (4) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (5) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (6) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (7) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (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 Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2001) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7036, Buy American Act?North American Free Trade Agreement implementation Act?Balance of Payments Program (Alternate I)(41 U.S.C. 10a-10d and 19 U.S.C.3301 note). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Joseph Feibel, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 26 March 2002. Delivery of the shipment consisting of CLINs 0001 through 0009 is required on or before 30 May 2002. The Government reserves the right to process the procurement on a brand name mandatory basis. The Government will not pay for any information received. Facsimile quotes shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Joseph Feibel, Code 251212, Tele#301-995-8553 or via e-mail: feibeljm@navair.navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-8670) or telephone (301-995-8553). **END SYNOPSIS/SOLICITATION #N00421-02-Q-0342. **
 
Place of Performance
Address: St. Inigoes, Maryland
Zip Code: 20684-0010
 
Record
SN00046648-W 20020323/020321213352 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.