Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2002 FBO #0249
SOLICITATION NOTICE

D -- Voiceboard Digital VTBRI/12 ISDN Improvement

Notice Date
8/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-02-T-0116
 
Response Due
8/28/2002
 
Point of Contact
Madeline Ward, Contract Specialist, Phone 407-380-4393, Fax 407-380-4164, - Maria Maldonado, Contract Specialist, Phone 407-380-4014, Fax 407-380-4164,
 
E-Mail Address
madeline.ward@navy.mil, Maria.Maldonado@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items 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; a quotation is being requested and a written solicitation will not be issued. Solicitation number N61339-02-T-0116 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This solicitation shall be awarded on a sole source basis to Voiceboard Corporation, 3151 W. 5th Street, Oxnard, California 93030. The SIC Code for this solicitation is 3661 relating to Telephone and Telegraph. The following items are required: CLIN 0001 Subscriber side variant for National ISDN BRI # ISDN-BRI-NAT (Note 1) CLIN 0002 NRE New Board Layout # NRE-VTBRI/12-NAV CLIN 0003 ISDN Cards # VTBRI/12-NAV (Note 1 - Voiceboard will integrate/test software stack and provide upgraded firmware for both VTBRI/12 boards at Navair Orlando ? TSD. Voiceboard will provide call connection demo application software to demonstrate placing and receiving ISDN calls from the VTBRI/12 board. All products delivered for production will include this variant with an unlimited right to copy). The Government credit card will be used as a method of payment on this purchase order. Final deliverable is to be made 8 weeks ARO. FOB point is Destination to Navair Orlando - Training Systems Division (Navair Orlando - TSD), 12350 Research Parkway, Orlando, Florida 32826-3224. Acceptance shall be made at destination. FAR 52.212-1, ?Instructions to Offerors?Commercial Items? is incorporated by reference and applies to this acquisition. Offerors shall include a completed copy of the provisions at FAR 52.212-3, ?Offeror Representations and Certifications ? Commercial Items? with its quote. FAR 52.212-4, ?Contract Terms and Conditions ? Commercial Items? is incorporated by reference and applies to this acquisition and resulting purchase order. The resulting purchase order will be a firm-fixed-price purchase order. FAR 52.212-5, ?Contract Terms and Conditions Required To Implement Statues or Executive Orders ? Commercial Items? (Feb 2000) applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5: As prescribed in 12.301(b)(4), insert the following clause: (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); (2) 52.225-13, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067). (3) 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: [Contracting Officer shall check as appropriate.] ___ (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) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (pub. L. 103-403, section 304, small Business Reauthorization and Amendments Act of 1994). ___(ii) Alternate I to 52.219-5. ___(iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323. ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d). ___ (17)(i) 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act - Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (19) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (20) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (21) [Reserved] _X_ (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (23) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). _X_ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332).] ___ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act ? Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act ? Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). ___ (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 129333). (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.- Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). DFARS 252.212-7001, ?Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items? applies to this acquisition along with the following additional DFARS clauses, cited in clause 252.212-7001: 252.247-7023. The full text of the solicitation provisions/clauses may be accessed electronically at this address: http://www.acq.osd.mil/dp/dars/dfars.html. See numbered note 22 (forty-five days is changed to read twenty-one days). Submission of the quotation is due by 28 August 2002, on/or before 2:00 PM EST, it may be faxed to 407.380.4393. ATTN: Madeline Ward, Code 25331 or emailed: Madeline.Ward@navy.mil. For information regarding this solicitation, contact Madeline Ward at 407. 380.4393 or emailed Madeline.Ward@navy.mil.
 
Place of Performance
Address: N/A
 
Record
SN00133586-W 20020808/020806213824 (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.