Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2003 FBO #0420
MODIFICATION

70 -- Touch Screen Panels

Notice Date
1/24/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0038
 
Response Due
1/31/2003
 
Archive Date
2/15/2003
 
Point of Contact
Patti Ashley, Contract Specialist, Phone 301-995-8925, Fax 301-995-8670,
 
E-Mail Address
ashleypc@navair.navy.mil
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation Number N00421-03-R-0038 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and Defense Federal Acquisition Regulations Supplement Change Notice 20000825. This action is not a set aside for small business. The NAICS code is 334111 with a size standard of 1,000 employees. The Government intends to purchase on a 5-year Indefinite Delivery/Indefinite Quantity basis and to solicit and negotiate the proposed contract to purchase 1,500 Touch Screen Panels to support AN/UPX-36(V) Central Identification Friend or Foe, and Touch Screen Panels to support Control Indicator C-12673/UPX, on a sole-source basis to Inelect Corporation, Inc., 5245 Taneytown Pike, Taneytown, MD 21787, under the authority of FAR Part 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). Market research revealed that Inelect Corporation is the only manufacturer able to provide a touch screen panel that 1) is compatible with SeaWind software drivers; 2) 300 nits display brightness; 3) fits on the front of the Control Indicator C-12673/UPX chassis; 4) corresponds to existing hardware drawings and documentation; 5) meets MIL-STD-901D Shock Test; 6) has the door hinged on one side with captive fasteners on three sides; and 7) has a door 14 inches high by 8.5 inches wide and approximately 2 inches deep. The contract line item numbers and descriptions are for base period and all ordering periods ** CLINs 0001, 0003, 0005, 0007, and 0009 ? Touch Screen Panels P/N: 551-104-NFI to support AN/UPX-36(V) Central Identification Friend or Foe, quantity from 1-260; **CLINs 0002, 0004, 0006, 0008, and 0010 ? Touch Screen Panels ? P/N: 550-140-NFI to support Control Indicator C-12673/UPX, quantity from 1-1,240. Award is expected 01 February 2003. Inspection and acceptance shall be made at destination. This notice of intent is not a request for proposals. However, the Government will consider all proposals received by 24 January 2003. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. Facsimile proposals are acceptable. For information contact Patti Ashley, Code 251233, Telephone (301) 995-8925, FAX (301) 995-8670 or via e-mail: ashleypc@navair.navy.mil. 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 52.212-4 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. (a) The Contractor shall 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) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The Contractor shall 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 Disabled Veterans and Veterans of the Vietnam Era (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 Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (8) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor shall 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: n/a (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (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); (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); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAY 2002) is incorporated by reference. (a) 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) 252.225-7002, Qualifying Country Sources As Subcontractors; (2) 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Alt 1); (3) 252.227-7015 Technical Data?Commercial Items (10 U.S.C. 2320); (4) 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); (b) In addition to the clauses listed in paragraph (e) of Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), 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: (1) 252.247-7023, Transportation of Supplies by Sea. The following clauses are applicable to this acquisition: FAR 52.204-3, TAXPAYER IDENTIFICATION; FAR 52.215-6, PLACE OF PERFORMANCE; FAR 52.216-18, ORDERING; FAR 52.216-19, ORDER LIMITATIONS; FAR 52.216-22, INDEFINITE QUANTITY; FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT; FAR 52.247-34 F.O.B. DESTINATION (NOV 1991); DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001); AND NAVAIR 5252.216-9506, MINIMUM AND MAXIMUM QUANTITIES (MAR 1999); 5252.246-9503, YEAR 2000 COMPLIANCE (MAR 1999). This notice of intent is not a request for competitive quotations. However, responsible interested parties may submit a proposal in which they identify their interest and capability. Offer is due to Patti Ashley, Contracting Officer, 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, 24 January 2003. 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). **END SYNOPSIS/SOLICITATION #N00421-03-R-0038. **
 
Place of Performance
Address: St. Inigoes, Maryland
Zip Code: 20684-0010
Country: USA
 
Record
SN00246549-W 20030126/030124214516 (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.