Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

15 -- Tailboom Strakes

Notice Date
1/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-03-R-0023
 
Point of Contact
Kenesha Hargrave, Contract Specialist, Phone (301) 757-5234, Fax (301) 757-5284, - Lynn Cavendish, Contract Specialist, Phone 301-757-5238, Fax 301-757-5284,
 
E-Mail Address
hargraveky@navair.navy.mil, canvendishlm
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00019-03-R-0023 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-11 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20021220. This action is not a set aside for a small business. The applicable North American Industry Classification Systems (NAICS) code is 336413 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A1. The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to contract with r Boundary Layer Research, Inc. (BLR) 9730-29THAvenue West Hangar C-106, Everett, WA. 98204-1350 on a sole source basis for up to 128 Tailboom Strake Kits and associated data packages under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. BLR is the sole designer, developer, and currently the only qualified manufacturer of the UH-1N Helicopter Tailboom Strake Kit. (P/N DTBS205-301) BLR, is the only firm known to possess the in-depth engineering knowledge, including the design specifications, required for production of the Commercial Off The Shelf (COTS) Tailboom Strakes, as well as the production facilities needed to fabricate the kits and holds an exclusive license agreement with The National Aeronautics and Space Administration (NASA). It is anticipated that a firm-fixed price type contract will be awarded using the procedures contained in FAR Part 13.5. The contract line item numbers and descriptions are CLIN 0001: Strake KIT P/N DTBS205-301, quantity of 128 each; and CLIN 0002: Tailboom Strake Technical Data Package Award is expected to be on or before 21 February 2003. Delivery is required to begin 120 days after award. FOB Origin with inspection and acceptance at destination upon delivery. Final delivery is to be made to Naval Air Station, Naval Rotary Wing Aircraft Test Squadron. Attn: Gary Hammett, 22755 Saufley Road, Bldg.11, Suite 3A, Patuxent River, MD 26070. 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 any ?Inspection? clause that may be in the contract, 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 Boundary Layer Research (BLR?s) proposal for fairness and reasonableness. Offeror shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications ?Commercial Items (May 2002)and DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items (July 2002) Alt I (Oct 1998), DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995) and 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Sep 1999) with proposals. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2002) is incorporated by reference and applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2002) applies to this acquisition. and includes the following FAR clauses which are incorporated in this solicitation by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995), 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), and 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (Jul 2000), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). FAR clause 52.247-29 F.o.b Origin (Jun 1988), also applies to this solicitation. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002) is incorporated by reference and includes the following DFARS clauses which are also incorporated in this solicitation by reference: 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998), 252.225-7012 Preference for Certain Domestic Commodities (Apr 2002), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002) and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS clauses 252.204-7004 Required Central Contractor Registration (Nov 2001) and 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 1991) also apply to this solicitation. This combined synopsis/solicitation is not a request for competitive proposals. However, all responsible sources may submit a proposal, which shall be considered by the agency. Offers are due to Kenesha Hargrave, Contract Specialist, Code 2.3.1.2.4, Contracts, Naval Air Systems Command (NAVAIR) Bldg. 155 Patuxent River, Unit IPT, Patuxent River, MD 20670-1547 by 2:00 P.M. Eastern Standard Time, 7 February 2003. The Government will not pay for any information received. Facsimile proposals will be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and/or DFARS provisions 252.212-7000 and 252.225-7000, contact Kenesha Hargrave, Contract Specialist, Code 2.3.1.2.4, Phone: 301-757-5234, Facsimile: 301-757-5284, or via e-mail: hargraveky@navair.navy.mil or Lynn Cavendish, Contracting Officer, Code 2.3.2.1.2, Phone: 301-757-5238, Facsimile: 301-757-5284, or via email canvendishlm@navair.navy.mil. See Note 22 (forty-five days is changed to read fifteen days)
 
Place of Performance
Address: Boundary Layer Research, Inc., 9730-29THAvenue West Hangar C-106, Everett, WA. 98204-1350
 
Record
SN00244768-W 20030124/030122213659 (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.