SOLICITATION NOTICE
58 -- Master Clock System , consisting of two (2) Hydrogen Maser Atomic Frequency Standards
- Notice Date
- 4/22/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
- ZIP Code
- 19111-5083
- Solicitation Number
- N00140-04-R-1018
- Response Due
- 5/7/2004
- Archive Date
- 5/22/2004
- Point of Contact
- Erin Kilrain, Contract Specialist, Phone 215-697-9617, Fax 215-697-9569, - Brian Excell, Contracting Officer, Phone 215-697-9610, Fax 215-697-9569,
- E-Mail Address
-
erin.kilrain@navy.mil, brian.excell@navy.mil
- Description
- <DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00140-04-R-_1018___. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-14 and DFARS Change Notice 20030430. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The NAICS code is 334220 and the Small Business Standard is _750_employees_. This is a sole source action with Datum, Inc. FISC Norfolk Detachment Philadelphia intends to acquire on a sole sources basis from Datum Inc. of Beverly, MA the following: Contract Line Item Number (CLIN) 0001, 1 ea, Master Clock System, consisting of two Hydrogen Maser Atomic Frequency Standards (H-Maser Model # MHM 2010) with the following option quantities: CLIN 0002, 1 ea., Master Clock System, consisting of two Hydrogen Maser Atomic Frequency Standards (H-Maser Model # MHM 2010); CLIN 0003, 1 ea., Master Clock System, consisting of two Hydrogen Frequency Standards (H-Maser Model # MHM 2010); CLIN 0004, 1 ea., Master Clock System, consisting of two Hydrogen Frequency Standards (H-Maser Model # MHM 2010); CLIN 0005, 1 ea., Master Clock System, consisting of two Hydrogen Frequency Standards (H-Maser Model # MHM 2010). Datum, Inc. is the only known firm that manufactures hydrogen masers that meet the stability requirements as specified by USNO, Wash. Delivery of CLIN 0001 is 26 months after the date of the contract for the first maser and 32 months after the date of the contract for the second maser. Delivery of each of the 4 option quantities shall be 20 months after the effective date of each option modification. The items to be delivered FOB Destination to the United States Naval Observatory, 3450 Massachusetts Avenue, NW, Washington, DC 20392-5420. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-8, Utilization of Small Business Concerns, 52.222-19, Child Labor?Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-1, Buy American Act?Supplies, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, 52.203-3, Gratuities, 52.215-5, Facsimile Proposals (Paragraph (c): (215)-697-9569). Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.225-7012, Preference for Certain Domestic Commodities, 252.227-7015, Technical Data?Commercial Items, 252.227-7037, Validation of Restrictive Markings on Technical Data, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Certification of Requests for Equitable Adjustment, Option for Increased Quantity ? Separately Priced Line Item: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule in accordance with the following schedule: 1) The Contracting Officer may exercise Option CLIN 0002 by written notice to the contractor within (24) months after date of the contract; 2) The Contracting Officer may exercise Option CLIN 0003 by written notice to the contractor within 36 months after date of the contract; 3) The Contracting Officer may exercise CLIN 0004 by written notice to the contractor within 48 months after date of the contract; 4) The Contracting Officer may exercise CLIN 0005 by written notice to the contractor within 60 months after date of the contract. This announcement will close at _4pm local time____ on ___7 May 2004___. Contact _Erin Kilrain___ who can be reached at _215-697-9617___ or email __erin.kilrain@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. See Numbered Note: _22___ Addenda to FAR 52.212-1is DFARS 252.204-7004 entitled "Required Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html . All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The proposed contract action is for commercial supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). 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, all proposals received within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with 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.
- Record
- SN00571239-W 20040424/040422212421 (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 |