Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2002 FBO #0122
MODIFICATION

58 -- Digital Voice Logging Recorder Systems

Notice Date
4/1/2002
 
Notice Type
Modification
 
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
N00421-02-R-3193
 
Response Due
4/18/2002
 
Archive Date
5/3/2002
 
Point of Contact
Cathy Hayden, Contract Specialist, Phone (301) 995-8894, Fax (301) 995-8670, - William Case, Contract Specialist/Team Lead, Phone (301) 995-8641, Fax (301) 995-8670,
 
E-Mail Address
haydenmc@navair.navy.mil, casewa@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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 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-R-3193 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 13.5, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-05 and Defense Federal Acquisition Regulations Supplement Change Notice 20020314. This action is 100% set aside for small business. NAICS is 334220 with a size standard of 750 employees. The Government intends to award a competitive firm-fixed-price contract on best value basis for Digital Voice Logging Recorder Systems. The contract line item (CLIN) numbers and descriptions for this procurement are ** CLIN 0001 Digital Voice Logging Recorder Systems per Statement of Work (SOW) Paragraphs 2.0 through 2.1.22 (qty 22 ea); CLIN 0002 Data for Item 0001 per Contract Data Requirements List (CDRL), Exhibit A (qty 22 ea); CLIN 0003 Installation and Training per SOW paragraph 2.2.3 (qty 22 ea); and CLIN 0004 Data for Item 0003 per, CDRL Exhibit B (qty 22 ea). The proposal (including technical and past performance information) along with completed representations and certifications is due by 18 April 2002 and shall have a minimum acceptance period of 30 days. Proposals shall consistent with requirements set forth in 5252.215-9522, CONTENT OF PROPOSALS (MAR 1999)(NAVAIR). A copy of Content of Proposals (5252.215-9522), Representations and Certifications (52.212-3 & 252.212-7000), SOW, CDRLs, and Evaluation - Commercial Items (52.212-2) may be found on the NAVAIR Homepage at www.navair.navy.mil. Award is anticipated by 25 April 2002. FOB Destination to Receiving Officer, NAWCAD, Building 8115, Villa Road, St. Inigoes, MD 20684-0010, M/F: Johnny Trifone /AFRC. 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. The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (FEB 2002) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUL 1996) DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001) The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) will apply to this acquisition. A copy of this clause that includes basis for award and evaluation factors for award may be found of the NAVAIR Homepage web site shown above. The evaluation factors, in descending order of importance are Technical, Price/Cost, and Past Performance. The Government reserves the right to select which proposal offers the best value to the Government. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (FEB 2002) ALTERNATE I (FEB 2002) and DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995) with its quote. The following addendum is added: 5252.246-9503, YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR) (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) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (4) 52.222-26, Equal Opportunity (E.O. 11246); (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (8) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126); (9) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129); and (10) 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 (NOV 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) Gratuities (10 U.S.C. 2207); (2) 252.205-7000, Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416); (3) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (4) 252.225-7012 Preference for Certain Domestic Commodities, and (5) 252.227-7015, Technical Data - Commercial Items (10 U.S.C. 2320); (5) 252.227-7037, Validation of Restrictive Marking on Technical Data (10 U.S.C. 2321); (6) Requests for Equitable Adjustment (10 U.S.C. 2410); and (7) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) 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), 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631) and 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). THIS NOTICE OF INTENT IS A REQUEST FOR COMPETITIVE QUOTES FOR THE LINE ITEMS LISTED IN THIS SYNOPSIS. Responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Cathy Hayden, 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, 18 April 2002. Facsimile proposals shall be accepted. For information regarding this solicitation contact Cathy Hayden, Code 251225, Tele#301-995-8894 or via e-mail haydenmc@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 (301-995-8894). **END SYNOPSIS/SOLICITATION #N00421-02-R-3193. **
 
Place of Performance
Address: NAWCAD, Villa Road, Bldg 8110, Unit 11, St. Inigoes, MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00051710-W 20020403/020401213259 (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.