Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
SOLICITATION NOTICE

66 -- EPAMS and Associated Items

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
N00421-06-T-0017
 
Response Due
11/14/2005
 
Archive Date
11/29/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 N00421-05-T-0017 is issued as a request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05 and DCN20050901. The applicable NAICS is 336412 with a small business size standard of 1000 employees. The Government intends to solicit and negotiate with Howell Instruments, Inc, 3479 West Vickery Blvd, Fort Worth, TX 76107. The following items being procured are: CLIN 0001: QTY 4, EPAMS Units (Includes one H598M-5 four-megabyte memory module per unit), PN H598-264; CLIN 0002: QTY 16, Four-megabyte Memory Modules, PN H598M-5; CLIN 0003: QTY 1, Memory Module Interface Unit (USB Compatible, with interface cable), PN H597R-85; CLIN 0004: QTY 4, Transducers, Pressure Altitude 8-16 psia, PN C15224; CLIN 0005: QTY 4, Transducers, Airspeed 0-3 psid, PN C11258; CLIN 0006: QTY 4, Temperature Probe, OAT, PN BH27923; CLIN 0007: QTY 4, H598-264 Operator?s Manual, CLIN 0008: Windows 2000 or XP Compatible Ground Based Software License, PN H105-XXX; CLIN 0009: QTY 1 Lot, Forty (40) Hour EPAMS System Technical Training; CLIN 0010: QTY 4, Transducer Columbia Model SA-102BHC Servo Accelerometer Range +/- 3g PN C17656; CLIN 0011: QTY 1, Programming Cable, PN BH31795A; CLIN 0012: QTY 1, Programming Cable, BH31795B, CLIN 0013: QTY 5, Minor Software changes. Howell Instruments, Inc. is the only known company that has a readily available product completely meeting all government requirements, including: an on-board instrumentation system in compliance with MIL-E-6051D and MIL-B-5087B, a display compatible with night vision goggles, and the ability to calculate and track hot section factor counts per engine. This notice of intent is not a request for competitive quotes offering alternate equipment. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Standard Time, 14 November 2005, will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the capabilities of the alternate equipment. The Government reserves the right to process the procurement on a sole source basis for the brand name equipment based upon the responses received. The Government will not pay for any information received. The contractor shall deliver all items to: Receiving Officer, Supply Dept Bldg 665, 47159 Vaughn Rd. (NASSU), Patuxent River, Md 20670-1614 with an anticipated delivery date of 20 February 2006. This contract is expected to be awarded on 20 November 2005. Inspection and acceptance shall be made at destination. Shipping is FOB destination. 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 deliverables listed in the schedule. FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005) is incorporated by references and applies to this acquisition. The Government intends to award this contract to Howell Instruments, Inc., therefore, the provision at 52.212-2 Evaluation ? Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate Quotations to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoice for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certification - Commercial Items (Jan 2005), and a completed copy of DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) with its quotation. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (Jan 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (October 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 673(d)(2) and (3)); 52.222-3 Convict Labor (Jun 2003); 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); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply 52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004); 252.225-7014 Preference for Domestic Specialty Metals (Apr 2003); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). The DFARS clause at 252.204.7004 Required Central Contractor Registration Alternate A (Nov 2003), and the FAR clause at 52.204-7 Central Contractor Registration (Oct 2003) are incorporated by reference. FAR clause 52.252-2 Clauses Incorporated by Reference (Feb 1998) is included. Proposals are due to AIR 2.5, Contracts, Emily Wolff 251729, by 2:30 PM Eastern Standard Time, 14 November 2005. All proposals shall be submitted via email to emily.wolff@navy.mil. All responsible sources may submit a quotation that shall be considered by the agency. For information regarding this solicitation contact Emily Wolff, phone: (301) 757-9784, fax: (301) 757 0200, or email: emily.wolff@navy.mil.
 
Place of Performance
Address: NA
 
Record
SN00928899-W 20051110/051108213118 (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.