Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2005 FBO #1346
SOLICITATION NOTICE

25 -- 2 Mobile Telemetry Antenna Vehicles (MTAV)

Notice Date
8/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
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
N00421-05-P-0752
 
Response Due
8/5/2005
 
Archive Date
8/20/2005
 
Small Business Set-Aside
Total Small Business
 
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. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation. The reference document number for this is N00421-05-P-0752. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and Defense Acquisition Circular 20050621. The applicable NAICS code is 336211. This procurement is set-aside for Small Business. The Government has a requirement to procure 2 Mobile Telemetry Antenna Vehicles (MTAV) that meet the following specifications: Box design shelter without cab pass through; Approximately 10? x 8? electronics enclosure (box), with stand up head room for approx 6? person, carpet lined or equivalent for sound attenuation and an over the cab extension for storage (cabinets); Non skid vinyl type floor for easy cleaning; Vehicle chassis that can hold an estimated 8000-10000 lb payload (antenna, generator, box shelter, electronics, etc); 300 HP diesel or larger engine rating; Automatic transmission; All wheel drive capable; Aluminum wheels; Minimum class IV trailer hitch with 2? receiver opening and 7 wire harness with relays and trailer brake kit (and trailer brake controller); Largest fuel tanks (approx 60 gal or larger w/ aux fuel ports for generator); Automatic vehicle stabilizing jacks fixed to chassis; Onboard 10kW diesel generator; Reinforced shelter floor to accommodate three fully loaded racks (30? deep x 19? wide electronic racks)(not yet sure of equipment weight); 120 VAC Power distribution panel/box with exterior shore power connection panel; 100 ft 50 amp shore cord; At least 10 120V 50/60 outlets inside the shelter, at least two exterior; 12 VDC power distribution panel/enclosure; Exterior mounted flood lamps (scene lamps) that will illuminate small area around vehicle; Roof access ladder; Reinforced roof capable of holding a single person at approx 250 lbs; Non-skid roof surface; Side access door with fold-out step; Lockable personnel access door with window and courtesy lighting; Steps up to reinforced rear platform area (area will need to hold approx 4000-5000 lbs of equipment); Rear platform area has to be no smaller than dimensions in drawing (approx 94? wide by approx 118? long); Rear aluminum diamond tread platform area for mounting customer specified telemetry antenna w/ scissor jack; DC and AC interior lighting (recessed); Rack or wall mounted work surface; Work area seating for two operators; External interface panels for RF and digital connections; 2000 watt inverter; Two Roof mounted ECU?s (at least 13,500 BTU ea); Electrical main breaker box inside of shelter; Electrical transfer switch (shore-generator power) inside of shelter. A conceptual drawing of the vehicle is available at http://www.navair.navy.mil/doing_business/open_solicitations/. The drawing is not exact and should not be used for fabrication purposes. Contract Award is expected to be 8 August 2005. The items will be shipped FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010. The required delivery date is 10 weeks after award of contract. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ?COMMERCIAL ITEMS (JAN 2005) is incorporated by reference and applies to this acquisition. Offeror shall complete the provision FAR 52.212-3 via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov/login.aspx. If the Offeror is unable to complete the Online Representations and Certifications Application, the Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAR 2005) with its offer. 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 (APR 2005) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (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) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553); (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); (3) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (4) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (6) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (8) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); (10) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201; (11) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (12) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849); (13) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); (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) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O.13201); (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (vii) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (Apr 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations (End of Clause). Offeror shall complete a copy of the provision at DFAR 252.212.7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (NOV 1995) via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov/login.aspx. DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) is incorporated by reference. (a) The contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause, which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (1) 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) (10 U.S.C. 2416); (2) 252.219-7003 Small, Small Disadvantaged And Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996) (3) 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003)(41 U.S.C. 10a-10d, E.O. 10582); (4) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004) (10 U.S.C.2533a); (5) 252.247-7023 Transportation of Supplies by Sea (May 2002) (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, 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 (Apr 2003)(10 U.S.C. 2533a); 252.247-7023 Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The clause at DFAR 252.204.7004 Alternate A (NOV 2003) applies to this solicitation. The Government will not pay for any information received. Offers shall be submitted via e-mail or facsimile by 15:30 EST on 5 August 2005. For information contact Susan Supplee, Code 251223, at (301) 995-8899, Fax (301) 995-8670 or e-mail to susan.supplee@navy.mil. **END**
 
Place of Performance
Address: NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00859515-W 20050803/050801212438 (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.