Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2004 FBO #0816
SOLICITATION NOTICE

16 -- Crash Survivable Flight Information Recorder

Notice Date
2/18/2004
 
Notice Type
Solicitation Notice
 
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
N00019-04-R-0098
 
Response Due
3/5/2004
 
Archive Date
3/20/2004
 
Point of Contact
Debra Norris, Contract Specialist, Phone (301) 757-5893, Fax 301-757-5955,
 
E-Mail Address
norrisdj@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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00019-04-R-0098 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-18 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20040113. This action is not set aside for a small business. The applicable NAICS is 334310 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Systems Command has a sole source requirement for Smiths Aerospace, Incorporated (Smiths) Model RO-646/ASH-39(V), Voice and Data Recorder, P/N 173877-01-01. This is a follow-on buy and equipment must meet form, fit and function requirements. In support of the F/A-18 C/D program, the VADR has a unique pin configuration and shall meet the following size and weight standard: 5.07 x 3.4 x 9.6, 7.4 lbs. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. Smiths is the sole designer, developer, and currently the only qualified manufacturer of the requisite AN/ASH-39(V) hardware. Therefore, this acquisition will be negotiated on a sole source basis with Smiths, 3250 Patterson Avenue, S.E., Grand Rapids, MI 49512-1991. It is anticipated that a firm-fixed price type contract will be awarded. The contract line item numbers and descriptions are: CLIN 0001: Voice and Data Recorder, Model RO-646/ASH-39(V) includes operating software and sonar beacon bracket, Smiths P/N 173877-01-01, quantity of 40 each; CLIN 0002: Contractor installation of government-furnished sonar beacon, NSN 5845-01-433-3387, to be installed on CLIN 0001, quantity of 40 each; CLIN 0101: Voice and Data Recorder, Model RO-646/ASH-39(V) includes operating software and sonar beacon bracket, Smiths P/N 173877-01-01; quantity of 29 each, and CLIN 0102: Contractor installation of government-furnished sonar beacon, NSN 5845-01-433-3387, to be installed on CLIN 0101, quantity of 29 each. ISO 9001 requirements shall be incorporated into the contract as the single quality requirement. Award is expected to be on or before 31 March 2004. Delivery is required to begin 10 months after award. FOB Destination with inspection and acceptance at origin. Final delivery will be at NAVAIR Central Kitting Activity located in Orange Park, FL. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2004) 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, as it is a sole source procurement. The Government will evaluate Smiths proposal for fairness and reasonableness in accordance with FAR Part 15.4 prior to making an award. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2004) Alt I (Apr 2002), DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998), 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995) and 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Apr 2003) with proposals. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2003) 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 (Jan 2004) applies to this acquisition and includes the following additional 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), 52-219-9 Small Business Subcontracting Plan (Jan 2002), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (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 Restrictions on Certain Foreign Purchases (Oct 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.219-16 Liquidated Damages – Subcontracting Plan (Jan 1999), FAR clause 52.245-4, Government Furnished Property (Short Form) (June 2003), FAR clause 52.246-16, Responsibility for Supplies (Apr 1984), FAR clause 52.246-18 Warranty of Supplies of a Complex Nature (May 2001) and FAR clause 52.247-34 F.O.B. Destination (Nov 1991), 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 2003) is incorporated by reference and includes the following additional FAR and DFARS clauses which are also incorporated in this solicitation by reference: FAR 52.203-3, Gratuities (Apr 1984) and DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003), DFARS 252.243-7002 Certification of Requests for Equitable Adjustment (Mar 1998), and DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS clauses 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003) and 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) also apply to this solicitation. The following addendums are hereby added: 5252.232-9511 Notice of Requirements for Prompt Payment (Feb 2000) (NAVAIR): the Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) through the Joint Electronics Document Access (JEDA) System. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 “Payment by Electronic Funds Transfer—Central Contractor Registration”, the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensures the DUNS, CAGE code, TIN and contractor address of the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data. 5252.245-9500 Government Property for the Performance of this Contract (Apr 1998) (NAVAIR) (a) Definition. Government production and research property, as the term is used herein, shall consist of special tooling to which the Government has title or the right to acquire title, Government-owned special test equipment and Government-owned facilities as each term is defined respectively in FAR 45.101 and 45.301. (b) Authorization to Use Government Production and Research Property, Material, and Agency Peculiar Property Currently Covered by Government Contracts Without Rental Charge in Performing this Contract. Government production and research property, material, and agency peculiar property covered by the following listed Government contracts on the effective date of this contract is hereby authorized for use on a rent-free, non-interference basis in the performance of this contract and sub-contracts of any tier issued hereunder: Contract No(s): None. (c) Authorization to Use Government Production and Research Property and Agency Peculiar Property to be Provided Under this Contract Without Rental Charge in Performing this Contract. (This paragraph does not cover such property in possession of the contractor or his subcontractors on the date of award of this contract.) (1) Subject to the provisions of the Government Property clause of this contract, the Government hereby agrees to provide hereunder the Government production and research property and agency peculiar property identified in (c)(2) through (c)(5) to the contractor. The contractor is hereby authorized to use, on a rent-free basis, said property in the performance of this contract. (2) Special Tooling (as defined in FAR 45.101): None. (3) Special Test Equipment (as defined in FAR 45.101): None. (4) Facilities (as defined in FAR 45.301 and DFARS 245.301): None. (These facilities shall, when provided, become accountable under and be subject to that facilities contract, if any, in effect between the Government and the contractor or any of his subcontractors at the plant where they are to be located during performance of this contract.) (5) Agency Peculiar Property (as defined in FAR 45.301 and DFARS 245.301): None. The following terms and conditions shall be applicable to the agency peculiar property, if any, identified above: (A) each item of agency peculiar property shall be identified by its Federal Item Identification Number and Government Nomenclature; (B) the agency peculiar property shall be accounted for under this contract; and (C) upon completion or termination of this contract, the contractor shall request and comply with disposition instructions from the Contracting Officer. (d) Government Material and Agency Peculiar Property to be Furnished Under this Contract. (This paragraph covers Government-owned material and agency peculiar property furnished to the contractor for (A) consumption in the course of manufacture, testing, development, etc., or (B) incorporation in items to be delivered under this contract, e.g., Master Government-Furnished Equipment List (MGFEL).) (1) Subject to the provisions of the Government Property clause of this contract, the Government hereby agrees to provide hereunder the Government-owned agency peculiar property and material identified in (d)(2) and (d)(3) to the Contractor. The Contractor is hereby authorized as appropriate, (A) to consume the material identified in (d)(2) and the agency peculiar property identified in (d)(3) in performing this contract or (B) to incorporate such material and agency peculiar property in articles under this contract. (2) Material (as defined in FAR 45.301): Acoustic Beacon, Part Number: 5845-01-433-3387. Requisitioning Documentation: Contractor access to the federal supply system is permitted only when the material as well as the quantity is identified in the above paragraph. The contractor shall prepare requisitioning documentation for the above material in accordance with the “Military Standard Requisitioning and Issue Procedures (MILSTRIP) for Defense Contractors”, DoD 4000.25-1-M, Chapter 11 and NAVSUP Publication 437 as revised by DoD AMCL 1 A guidance. The contractor must submit all requisitions for Government Furnished Material (GFM) from the supply system to the Material Control Activity (MCA) specified in Section G of this contract. Upon completion or termination of this contract, the contractor shall request and comply with disposition instructions from the Contracting Officer. (3) Agency Peculiar Property (as defined in FAR 45.301 and DFARS 245.301): None. The terms and conditions made applicable to agency peculiar property in (c)(5) shall be applicable to the agency peculiar property, if any, identified above. (e) Government Installations to be Made Available Under this Contract. (This paragraph covers Government installations, or portions thereof, to be made available to a contractor but not transferred to his possession - for example, test centers, wind tunnels, aircraft fields, as well as buildings, furniture or equipment. Instructions may be needed to establish ground rules or plans governing availability of installations.) (1) The Government hereby agrees to make available hereunder on a rent-free, non-interference basis for performing this contract the Government installations, or portions thereof, identified in (e)(2) in accordance with standard operating procedures and priorities unless otherwise specified in the Schedule. Although not “Government-furnished property” under this contract, the provisions of paragraph (a) of the Government Property clause of this contract shall apply to these installations. (2) Installations: None. (f) Bailed Property to be Used Under this Contract. (This paragraph will not obviate the need to set forth in this contract the terms of the project agreement as required by the pertinent bailment agreement.) (1) The bailed property identified in (f)(2) is hereby authorized for use on a rent-free basis in the performance of this contract. Although not “Government-furnished property” under this contract, the provisions of paragraph (a) of the Government Property clause of this contract shall apply to this bailed property. (2) Description; Serial Number; Bailment Agreement Under which Accountable: None. (3) The bailed property identified in (f)(2) is furnished “as is” and the Government makes no representations or warranties with respect to such property, including the suitability of such property for the intended use. (g) This clause shall in no event be construed to authorize rent-free use of any property identified above for any effort other than that called for under this contract. (h) Installation Cost. The price of this contract constitutes full compensation to the contractor for all costs to be incurred under this contract for the adaptation and installation of the property identified in this clause. (i) Installation. Government production and research property, other than foundations and similar improvements necessary for the installation of special tooling, special test equipment, and plant equipment, as defined in FAR 45.101, shall not be installed or constructed on land not owned by the Government in such fashion as to be non-severable unless authority is granted by the Contracting Officer cognizant of the contract under which the property is provided in accordance with FAR 45.309. (j) Limitation: This clause does not authorize the contractor to acquire any property for the Government. (k) The contractor represents that the price and delivery schedule of this contract have been established in reliance on the Government granting the authorization in (b), (c), (d), (e) and (f), and that no charge has been included in this contract for use of the property as authorized above. (l) Whenever the Contracting Officer authorizes or makes available the use, on a rent-free basis, of additional Government production and research property or other Government property in the performance of this contract or subcontracts of any tier under this contract, the contract will be equitably adjusted in accordance with the procedures provided for in the Changes clause. (m) If the Government production and research property or other Government property authorized or made available above is decreased by the Government, the contractor will be entitled to an equitable adjustment to the terms of this contract in accordance with the procedures provided for in the Changes clause hereof, as a result of such decrease; provided, however, that if any such decrease is due to the failure of the contractor or his subcontractors of any tier under this contract to fulfill their respective obligations either with respect to the Government property or with respect to the work such property is to be used to perform, the Contracting Officer will take such circumstances into account in establishing the equitable adjustment. (n) The contractor is responsible for scheduling the use of all property covered by this clause and the Government shall not be responsible for conflicts, delays, or disruptions to any work performed by the contractor due to use of any or all such property, either under this contract or any other contracts under which use of such property is authorized. 5252.246-9503 Year 2000 Compliance (Mar 1999) (a) All information technology to be provided to the government under this contract, and which is required to perform date/time processing involving dates subsequent to December 31, 1999, shall be Year 2000 compliant. (b) “Year 2000 compliant” means that the information technology to be provided under this contract, functioning alone or in combination with other supplies to be provided under this contract, 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 leap year calculations. (c) Failures resulting from Government Furnished equipment that is not Year 2000 compliant are not covered under this clause. The following Warranty clause is also included as part of this solicitation. Warranty - Contractor shall warrant the equipment supplied hereunder in accordance with FAR 52.246-18 Warranty of Supplies of a Complex Nature. This warranty shall be in effect for sixty (60) months, unless otherwise specified by the government, from the date of government acceptance or 5,000 operating hours, whichever comes first. The Contracting Officer shall notify the contractor of any breach of the warranty within 45 days after discovery of the defect. The contractor shall submit a written recommendation for corrective action within 15 days after receipt of the warranted item. After the notice of breach but not later than 15 days after receipt of the contractor’s recommendation, the contracting officer may direct correction or replacement of the warranted item. The contractor shall accomplish the correction or replacement within 45 days from receipt of the defective equipment. 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 Debbie Norris, Contract Specialist, Code 2.5.1.1.25, Contracts, Naval Air Systems Command, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 05 Mar 2004. 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, DFARS provisions 252.212-7000 and/or 252.225-7000 contact Debbie Norris, Contract Specialist, Code 2.5.1.1.25, Phone: 301-757-5893, Facsimile: 301-757-5955, or via e-mail: NorrisDJ@navair.navy.mil or Maureen Bernard, Contracting Officer, Code 2.4.2.4, Phone: 301-757-5899, Facsimile: 301-757-5955, or via e-mail: Maureen.Bernard@navy.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00019-04-R-0098/listing.html)
 
Place of Performance
Address: 3250 Patterson Avenue SE, Grand Rapids, MI
Zip Code: 49512-1991
Country: United States
 
Record
SN00524734-F 20040220/040218225427 (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.