Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

51 -- SATCOMM ANTENNAS

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
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-0129
 
Response Due
3/17/2004
 
Archive Date
4/1/2004
 
Point of Contact
Jason Lev, Contract Specialist, Phone 301-995-8554, Fax 301-995-8670,
 
E-Mail Address
levjj@navair.navy.mil
 
Description
P – Pre-solicitation Notice Classification Code – 58 Date – 03032004 Subj: Ku-Band SATCOM Antennas Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes Maryland 20684-0010 Solicitation No. N00421-03-R-0129 Due Date: 03172004 Place of Performance: Naval Air Warfare Center, Villa Road, Bldg. 8115 Unit 11, St. Inigoes Maryland Postal Code: 20684-0010 Country: US Archiving Policy – 15 Days 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 not being requested and a written solicitation will not be issued. Solicitation Number N00421-03-R-0129 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20 and Defense Federal Acquisition Regulation (DFAR) Defense Change Notice (DCN) 20030620. This action is not a set aside for small business. Naval Air Warfare Center Aircraft Division (NAWCAD) St. Inigoes intends to solicit, negotiate and issue a three (3) year firm fixed-price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to Global SATCOM Technology, Incorporated (GST Inc), 9141 Arbuckle Drive, Gaithersburg, MD 20877 under authority of FAR 6.302-1 “Only One Responsible Source” for future procurement requirements as described below for ongoing projects for various agencies that Special Communications Requirements Division (SCRD) of NAWCAD is presently supporting. These items have previously been procured under preceding IDIQ Contract N00421-01-D-0190 with GST Inc. and incorporated into units provided to the agencies SCRD is supporting and therefore they must be form, fit, function, and interface identical to the SATCOM equipment utilized in prior systems to ensure interoperability, interchangeability, and standardization for the sponsoring agencies. The IDIQ contract will consist of a twelve-month Base Year and two twelve-month Option years for a total ordering period of thirty-six months if all options are exercised. The contract line item numbers, descriptions, and estimated quantities for each of the respective ordering periods are as follows: BASE YEAR = CLINs 0001 through 0013 OPTION YEAR I = CLINs 0101 through 0113 OPTION YEAR II = CLINs 0201 through 0213 CLIN Description Est. Qty. 0001 2.4- Meter Ku-Band SATCOM Earth Terminal System (consisting of 12 each 0101 Ku-Band Transceiver, 16-Watt Ku-Band Feed Assembly with LNA 11 each 0201 and RF Filter, Spectrum Analyzer in carrying case, Rack Mountable 11 each Digital Modem, RF Cables, AC Cables, Spool of IF Cables, and Transit Case) Part Number (P/N): GST-2400FL-NBC 0002 Operation & Maintenance Service Manuals for CLIN 0001/0101/ 12 each * 0102 0201 in accordance with (IAW) Contract Data Requirements List 11 each * 0202 (CDRL) A001, Exhibit A 11 each * 0003 Spare Variable Digital Modems, P/N: GST-LR-MODEM 12 each 0103 11 each 0203 11 each 0004 16-Watt Ku-Band Transceiver with Antenna and Mounting Bracket 4 each 0104 Assembly, P/N: GST-KU-XCVR-16 4 each 0204 3 each 0005 Hand Held Controller for Transceiver Unit, P/N: GST-HHC-16 4 each 0105 4 each 0205 3 each 0006 Portable 70 MHz Spectrum Analyzer, P/N: GST-70-SPAN 4 each 0106 4 each 0206 3 each 0007 AC/RF/IF Cables, P/N: GST-RAID-CABLES 3 sets 0107 3 sets 0207 2 sets 0008 Aluminum Transit Case for Ku-Band Transceiver and Feed/LNA 3 each 0108 Assembly, P/N: GST-RAID-CASE 3 each 0208 2 each 0009 RAID Tool Bag with Tools, P/N: GST-RAID-TOOLS 4 each 0109 3 each 0209 2 each 0010 1.8-Meter Ku-Band SATCOM Earth Terminal, P/N: GST-1800-MK 6 each 0110 1 each 0210 1 each 0011 Operational & Maintenance Service Manuals for CLIN 0010/0111/ 6 each * 0111 0211 IAW CDRL A0001, Exhibit A 1 each * 0211 1 each * 0012 2.4-Meter Antenna System, P/N: GST-2400-ANT-CK-RO 2 each 0112 2 each 0212 2 each 0013 Operational & Maintenance Service Manuals for CLIN 0012/0112/ 2 each * 0113 0213 IAW CDRL A0001, Exhibit A 2 each * 0213 2 each * * Not Separately Priced item All deliveries shall be FOB Destination to locations within the United States, as specified in individual order. Based on previous contract experience it is anticipated that most if not all deliveries shall be to NAWCAD St. Inigoes, MD. Inspection & acceptance shall also be made at destination. CLINs shall be delivered within 90 days of receipt of individual delivery order. 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 will not waive the Government’s rights under the inspection clause, nor does it limit the Government’s rights with regard to the terms and conditions of the 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: DFAR 252.204-7004 Required Central Contractor Registration (NOV 2003) FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995) DFAR 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country ( MAR 1998 ) NAVAIR 5252.211-9502 Government Installation Work Schedule (OCT 1994 ) FAR 52.212-1 Instructions To Offerors -- Commercial Items (OCT 2003) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2004) FAR 52.212-4 Contract Terms and Conditions – Commercial Items (OCT 2003) DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items (1995 NOV) FAR 52.216-18 Ordering (OCT 1995) – fill-in (a) “… from date of award through 36 months thereafter if all options are exercised.” FAR 52.216-19 Order Limits ( OCT 1995) – fill-ins (a) “… in an amount of less than one each of any CLIN contained in the schedule,” (b)(1) “… in excess of the maximum estimated quantity by CLIN listed in the schedule;” (b)(2) “… in excess of the combined maximum estimated quantity of all CLINs listed in the schedule for the base period or subsequent option periods if they are exercised;” (3) “… within 30 days” and (d) “…within 5 days”. FAR 52.216-22 Indefinite Quantity (OCT 1995 ) – fill-in (d) “… after 90 days after the last day of the final exercised option period of performance under the contract.” NAVAIR 5252.216-9506 (MAR 1996) – fill-in “… minimum quantity is a total of $250,000.00 worth of order at the contract unit price(s); the maximum quantity is the total Not-To-Exceed value of all items as set forth in the schedule.” FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) – fill-in (a) “… within the time specified in the schedule; provided that the Government gives the Contractor a preliminary notice of its intent to extend at least 60 days before the contract expires.” (c) “… shall not exceed 3 years.” FAR 52.229-4 Federal, State and Local Taxes (State and Local Adjustments) (APR 2003) NAVAIR 5252.232-9000 Submission of Invoices (JUL 1992) – Fill-in (c) “Either of the above.” NAVAIR 5252.232-9404 Instructions to Paying Office (MAY 1998) NAVAIR 5252.232-9511 Notice of Requirements for Prompt Payment (FEB 2000) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.242-13 Bankruptcy (JUL 1995) NAVAIR 5252.242-9513 Accounting and Appropriation Date (FEB 1995) – Fill-in “Accounting data will be set forth in individual delivery orders.” FAR 52.243-1 Changes – Fixed Price (AUG 1997) DFAR 252.243-7001 Pricing of Contract Modifications (DEC 1991) DFAR 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFAR 252.246-7000 Material Inspection and Receiving Report (MAR 2003) NAVAIR 5252.246-9503 Year 2000 Compliance (MAY 1999) FAR 52.247-34 F.O.B. Destination ( NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2004) 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 and (3) 52.233-3, Protest After Award. (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, Alternate I; (2) 52.219-8, Utilization of Small Business Concerns; (3) 52.222-3, Convict labor; (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (10) 52.225-13, Restriction on Certain Foreign Purchase: (11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (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; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels ; and (5) 52.222-41, Service Contract Act of 1965 **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 (JAN 2004) 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) 52.203-3, Gratuities; (2) 252.205-7000, Provision of Information to Cooperative Agreement Holders; (3) 252.225-7001, Buy American Act and Balance or Payment Program; (4) 252.225-7007, Buy American Act-Trade Agreements—Balance of Payments Program; (5) 252.225-7012, Preference for Certain Domestic Commodities; (6) 252.227-7015, Technical Data-Commercial Items; (7) 252.227-7037, Validation of Restrictive Markings on Technical Data; and (7) 252,243-7002, Certification of Requests for Equitable Adjustment. (c) 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; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The Government will evaluate the proposal for fairness and reasonableness in accordance with procedures as defined in FAR Subpart 15.4 prior to making an award. The offeror shall provide back-up information that verifies the price offered. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. A copy to the complete description of the above described components, including CDRL DD Form 1423 A001 Exhibit A, is provided at the NAVAIR Home Page, Open Solicitations under N00421-03-R-00129 which can be accessed at http://www.navair.navy.mil/business/ecommerce/index.cfm. Also posted at this site will be full text copy of the Offeror Representations and Certifications 52.212-3 & 252.212-7001 incorporated by reference above. The proposal along with completed representations and certifications is due by 17 March 2004 to Jason Lev, Contract Specialist 2.5.1.2.2.6, E-mail levjj@navair.navy.mil, Phone (301) 995-8554, FAX (301) 995-8670. Award of the IDIQ contract along with initial delivery order fulfilling the Government’s minimum ordering requirement is expected to be place by 31 March 2004 with an expected delivery date for the initial delivery order requirement of 29 June 2004. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received by 17 March 2004. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The government will not pay for any information received; facsimile proposals are acceptable. For information contact Jason Lev, Code 2.5.1.2.2.6, Telephone (301) 995-8554, FAX (301) 995-8670 or via e-mail: levjj@navair.navy.mil. **END OF SYNOPSIS/SOLICITATION #N00421-03-R-0129.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-03-R-0129/listing.html)
 
Record
SN00536233-F 20040305/040303231338 (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.