SOLICITATION NOTICE
59 -- Connectors
- Notice Date
- 12/16/2008
- Notice Type
- Presolicitation
- NAICS
- 334417
— Electronic Connector Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893609T0038
- Response Due
- 1/7/2009
- Archive Date
- 1/7/2010
- Point of Contact
- John Faria 760-939-3728 Erin Strand, 760-939-7309<br />
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Weapons Division, China Lake, CA, is issuing a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Part 12.603. This announcement constitutes the onlysolicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N6893609T0038 is issued as a request for Quote (RFQ). All responsible sources may submit a quotation, which shall be considered by the agency. The Naval Air Warfare Center Weapons Division China Lake, CA, intends to procure connectors on a full and open competition basis. CLIN 0001, part number NK-1D2-051-225-TH00, Board B Interface, Quantity of 90 each. CLIN 0002, part number NK-1D2-009-225-TH00, Board C Interface, Quantity of 90 each. CLIN 0003, part number NK-1C2-009-125-TH00, FTS Interface, Quantity of 90 each. CLIN 0004, part number NK-1C2-021-125-TH00, EXT Interface, Quantity of 90 each. CLIN 0005, part number NK-1D2-051-225-TH00, FTS Signal, Quantity of 90 each. CLIN 0006, part number NK-1C2-051-125-TH00, Encoder Interface, Quantity of 90 each. CLIN 0007, part number NK-1C2-015-125-TH00, Encryption Interface, Quantity of 90 each. CLIN 0008, part number NK-1C2! -037-125-TH00, FWD Interface, Quantity of 90 each. CLIN 0009, part number NK-1D2-015-225-TH00, PWR Interface, Quantity of 90 each. CLIN 0010, part number NK-1D2-015-225-TH00, Transmitter Interface, Quantity of 90 each. CLIN 0011, part number NK-1C2-015-TH00 Keyload Interface, Quantity of 90 each. CLIN 0012, part number NK-1C2-009-125-TH00, Encoder Interface, Quantity of 90 each. CLIN 0013, part number MK-213-015-125-220, AOTD Interface, Quantity of 30 each. CLIN 0014, part number MK-313-051-125-220, TM Interface, Quantity of 5 each. CLIN 0015, part number NM-122-037-261-JCAC, FWD Interface, Quantity of 11 each. CLIN 0016, part number NM-122-021-261-JCAC, EXT Interface, Quantity of 10 each. CLIN 0017, part number NM-112-015-161-JCAC, Transmitter Interface, Quantity of 10 each. CLIN 0018, part number NM-122-009-261-JCAC, FTS Interface, Quantity of 10 each. CLIN 0019, part number NM-112-051-161-JCAC, FTS Signal, Quantity of 10 each. CLIN 0020, part number NM-122-015-261-JCAC,! Keyload Interface, Quantity of 10 each. CLIN 0021, part number MDM-31PCBRP, System Power, Quantity of 90 each. CLIN 0022, part number MDM-15PCBRP, FTS Power, Quantity of 90 each. CLIN 0023, part number MDM-51SSL, TM Interface, Quantity of 11 each. CLIN 0024, part number MDM-31SHOO3L, System Power, Quantity of 100 each. CLIN 0025, part number MDM-31PSP, Test Interface, Quantity of 15 each. CLIN 0026, part number MDM-9PSP, Failsafe Enable, Quantity of 10 each. CLIN 0027, part number MDM-15PSL, Transmitter Interface, Quantity of 15 each. CLIN 0028, part number MDM-15SHOO3L, FTS Power, Quantity of 100 each. CLIN 0029, part number MDM-25SSL, FTSA1 Interface, Quantity of 20 each. CLIN 0030, part number MDM-51PSL, JTU Interface, Quantity of 10 each. CLIN 0031, part number MDM-25PSL, FTR1 Interface, Quantity of 20 each. CLIN 0032, part number MDM-15PSP, Keyload Interface, Quantity of 10 each. CLIN 0033, part number BTH-030-01-L-D-A, Board F Interface, Quantity of 90 each. CLIN 0034, part number SDL-110-G-19, Board D Interface, Quantity of 90 each. C! LIN 0035, part number BDL-110-G-E, KGV-68B Interface, Quantity of 90 each. CLIN 0036, part number TMM-105-05-S-D-SM-A, JTAG Interface, Quantity of 90 Each. CLIN 0037, part number BSH-030-01-L-D-A, Digital Conditioner Interface, Quantity of 90 each. CLIN 0040, part number MDM-15SH003L, FTS Power, Quantity of 130 each. The required delivery date for this procurement is April 23, 2009. Early delivery is acceptable and encouraged. The provision FAR 52.212-1 Instruction to Offerors- Commercial Items (Jan 2005), applies to this acquisition and there is no addenda to the provision. FAR Clause 52.212-2 Evaluation - Commercial Items (Jan 1999) applies and contains important evaluation information. Evaluations shall be based on the lowest price technically acceptable. Offeror must include a completed copy of provisions at FAR 52.212-3 (Alt I) Offeror Representations and Certifications- Commercial Items (Mar 2005) and DFARS 252.212-7000 Offeror Representations and Certifications- Comm! ercial Items (June 2005) with their proposal. These can be found at http://farsite.hill.af.mil/ or http://www.arnet.gov. FAR Clause 52.212-4, Contract Terms and Conditions- Commercial Items (Sep 2005) applies to this acquisition and there is no addenda to this clause. FAR Clause 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Nov 2006) and DFARS Clause 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions- Commercial Items (Oct 2006); 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-14 Limitations On Subcontracting (DEC 1996); 52.222-21 Prohibition of Segregated Facilities (Apr 2002); 52.222-26 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Vet! erans (Sept 2006); 52.222-50 Combating Trafficking in Persons (AUG 2007); 52.232-33 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 (Sept 2006); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003); 52.203-3 Gratuities (Apr 1984); 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Oct 1995); 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000); 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor Debarred, Suspended, or Proposed for Debarment (Sept 2006); 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.214-35 Submission of Offers in US Currency (Apr 1991); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor - Cooperation With Authorities and Remedies (Jan 2006); 52.225-13 Restrictions on Certain Foreign Purchases (F! eb 2006); 52.232-17 Interest (Jun 1996); 52.233-3 Protest After Award (Aug 1996); 252.225-7001 Buy American Act And Balance of Payments Program (Jun 2005); 252.225-7016 Restrictions on Aquisiitons of Ball and Roller Bearings (MAR 2006); 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program (MAR 2007); 252.225-7002 Qualifying Country Sources AS Subcontractors (APR 2003); 252.225-7012 Preference For Certain Domestic Commodities (MAR 2008); 252.225-7013 Duty Free Entry (OCT 2006); 52.247-34 FOB Destination (Nov 1991); 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations in Provisions (Apr 1984); 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.204-7004 Required Central Contractor Registration - Alt A (Nov 2003); 252.225-7000 Buy American Act And Balance of Payments Program Certificate (Jun 2005); 252.232-7003 Electronic Submission of Payment Requests (MAR 2008); 252.232-7010 Levies on Contract Payments (DEC 2006);! 252.243 7001 Pricing Of Contract Modifications (DEC 1991); 252.243-7002 Requests for Equitable Adjustments (MAR 1998); 52.223-11 Ozone-Depleting Substances (MAY 2001); 252.204-7006 Billing Instructions (OCT 2005); 252.211-7003 Item Identification And Valuation (AUG 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002); 5252.232-9513 Invoicing and Payment (WAWF) Instructions (MAR 2008); 5252.246-9502 Standard Commercial Warranty (JAN 1992). The solicitation document and its incorporated provisions and clauses are those in effect through Federal Circular (FAC) 2005-26. The NAICS code is 334417 and the size standard is 500 employees for this procurement. The purchase order has a DPAS rating of DO-C9. The resulting purchase order/contract will be Firm-Fixed Price. Inspection and Acceptance shall be at Destination. Respondents shall submit their quote to John Faria by mail to Commander, code 220000D, Attn: John Faria, 429 E. Bowen Road Stop 4015, Naval Air Warfare C! enter Weapons Division, China Lake, CA 93555-6108; by fax to (760) 939-8329; or by electronic mail to john.faria@navy.mil no later than 7 Jan 2009 at 2:00 p.m. PST. In your quote, please include your firm's Tax Identification Number (TIN), DUNS Number, and Commercial and Government Entity (CAGE) Code if one has been assigned. The anticipated award is 31 Jan 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f91248b8f9b4aa820ebdec9d240ed59&tab=core&_cview=1)
- Record
- SN01719332-W 20081218/081216214633-344e8e3bcc3f962a090ab4ad164db21b (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 |