Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
SOLICITATION NOTICE

59 -- FIVE YEAR IDIQ FFP CONTRACT ON A SOLE SOURCE BASIS WITH RAYTHEON, FORT WAYNE, IN FOR TACKLINK 3000 AND ANCILLIARY CABLES. THIS IS A $28.6M COMMERCIAL BUY BASED ON FAR 6.302-1 ONLY ONE RESPONSIBLE SOURCE.

Notice Date
12/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T-06-R-L013
 
Response Due
1/4/2006
 
Archive Date
3/5/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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: W15P7T-06-R-L013 is hereby issued as a Sole Source Acquisition to Raytheon Netcentric Systems, Fort Wayne, IN 46808. This is based on FAR 6.302-1 Only One Responsible Source. This is for a $28.6M, 5 Year, FFP, IDIQ Contract. First O rder will consist of 2100 TACKLINK, 600 Cables and 450 Paddle Cards, subject to Government availability of funds. First order will be issued with the award of the basic contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-06 The NAICS code for these items is : 334119 LIST OF ITEMS: Items will be numbered for each contract year with the same CLIN number only the first digit will reflect the contract year, e.g. CLIN 0001 for the base year, CLIN 2001 for the second contract year, CLIN 3001 for the third contract year, CL IN 4001 for the fourth contract year and CLIN 5001 for the fifth contract year. The items which follow will be included in each contract year but are listed only one time due to size limitation in synopsis. CLIN 0001, P/N 726789-802 TACLINK 3000, UP: ea ch, Qty Range: TBD; CLIN 0002, P/N 423130-801, Cable, SINCG/W-L, UP: each, Qty Range: TBD CLIN 0003, P/N 423132-801, Cable, SIN EPLRS, UP: each, Qty Range: TBD; CLIN 0004, P/N 422952-801, Cable, DUAL SIN; UP: each, Qty Range: TBD; CLIN 0005, P /N 523565-801-37695, Paddle Card W/MM Connectors, UP: each, Qty Range: TBD and CLIN 0006 P/N 423616-801, WLA for GDU-R; UP: each, Qty Range: TBD. Contractor will include in proposal recommended range quantities based on the best price breaks to the Government. Contractor will submit with the proposal the latest small business subcontracting plan. DESCRIPTION OF ITEMS TO BE REQUIRED. Must be commercial items and must have updated protocols and drivers that would permit operation with the AFATDS software. DATES AND PLACED OF DELIVERIES AND ACCEPTANCE AND FOB POINT. Delivery of all items shall be to: DODAAC W80YBY, PM Intel & Effects Warehouse, Bldg 976, Murphy Drive, Attn: R fisher/J. Rosario, Fort Monmouth, NJ 07703, Phone: 732-532-9316. Inspection an d acceptance at source. FOB destination. Delivery schedule: TACKLINK 3000: 100 at 240 ARO and 200 per month after; Wire Line Adapter: 50 at 240 ARO and 80 per month after; Cables: 50 at 240 ARO and 80 per month after. CLAUSES: Provision of FAR 52.212-1, Instructions of Offerors-Commercial, applies to the acquisition with the following tailoring. The NAICS code is provided at paragraph 3 of this description. FAR 52.212-3 Offeror Representations and Certification-Comme rcial Items is to be completed and submitted with the contractors offer. The following clauses also apply to the acquisition: FAR 52.244-5 Competition in Subcontracting; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.227-01 Authoriza tion and Consent; FAR 52.227-02 Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.227-03 Patent Indemnity, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acqui sition of Commercial Items; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist County. Further FAR clauses that apply are 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercia l Items applies to this acquisition. The following FAR clauses cited in FAR 52.212-5 are also applicable to the acquisition: 52.203-6 Restrictions of Subcontractor Sales to the Government with Alternate 1; 52.219-8 Utilization of Small Business Con cerns; 52.219-9 Small Business Subcontracting Plan Alternate 1; 52.222-3Convict Labor; 52.222-19 Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for S pecial Disable 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 ; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00956245-W 20051223/051221212528 (fbodaily.com)
 
Source
FedBizOpps 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.