SOLICITATION NOTICE
J -- 61 lasers (Model #MP-400B)
- Notice Date
- 9/14/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224
- ZIP Code
- 32826-3224
- Solicitation Number
- N61339-10-R-0051
- Archive Date
- 9/21/2010
- Point of Contact
- Madeline Regina Jackson, Phone: 407-380-4925, Robert A Orozco, Phone: 407-380-4173
- E-Mail Address
-
madeline.jackson@navy.mil, robert.orozco@navy.mil
(madeline.jackson@navy.mil, robert.orozco@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida intends to issue a Firm Fixed Price (FFP) contract to L-3 Services, DBA MPRI Division on a sole source basis. However, interested sources may identify their interest and capability to respond to the requirements, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. All information shall be furnished at no cost or obligation to the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS Code for this solicitation is 811219 with a size standard of 1000 employees. This procurement is to purchase: QTY of 61 lasers (Model #MP-400B) to be outfitted to the Small Arms Marksmanship Trainer to support the compressed air operated 9mm pistol simulators. Only brand name equipment by L-3 Services, Inc is acceptable. Delivery: F.O.B. destination To: Recruit Training Command Technical Training Dept - Attn: Scott Barnes Bldg 7260 Rm 119B 3355 Illinois Street Great Lakes, IL 60088-3127 The provisions at FAR 52.212-1, 'Instructions to Offerors', applies to this acquisition with the addendum that offerors are required to submit warranty information and parts availability with their offers. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government, considering technical acceptability, price and delivery terms. A firm fixed price purchase order will be awarded. The failure of an offeror to provide information sufficient to determine conformance with the solicitation may result in the offeror being ineligible for award. All offerors MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION SYSTEM (CCR). Information concerning CCR registration requirements may be viewed via the Internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423. For payment purposes, invoices will be submitted through Wide Area Workflow (WAWF). For further information please visit https://wawf.eb.mil/ or call 1-800-559-WAWF (9293) Quotes shall include a completed copy of the provision at FAR 52.212-3, 'Offeror Representations and Certifications-Commercial Items', (found at http://www.arnet.gov/far/farqueryframe.html) or via Online Representations and Certification Application (ORCA) (ORCA is an e-Government initiative that was designed by the Integrated Acquisition Environment (IAE)) to replace the paper based Representations and Certifications process found at (http://orca.bpn.gov/) as notification of submission of representations with their offer. The clause at FAR 52.212-4, 'Contract Terms and Conditions-Commercial Items', applies to this acquisition. The clause at FAR 52.212-5, 'Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items' applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION 2009-O0005: MAY 2009) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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 re quire 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) 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. The clause at DFAR 252.212-7001, 'Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items' applies to this acquisition. 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010)(DEVIATION 2004-O0002: APR 2004) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract FAR 52.212-5 (DEVIATION), 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, (JUN 2005) Alternate I (APR 2003) (10 U.S.C. 2241 note). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108). 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). All FAR and DFAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/. Offers are due no later than 1400 US Eastern Standard Time on September 20th, 2010. Only brand name equipment by L-3 Services Inc. is acceptable. Quotes will only be accepted by e-mail to madeline.jackson@navy.mil or by fax (407) 380-8406. Responses must include at least the solicitation number; name, address and telephone number of offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code; and TAX ID number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Ms. Regina Jackson, Contract Specialist, and Tel: 407.380.4925. Mailing address: Naval Air Warfare Center Training Systems Division, Code: 25361, 12350 Research Parkway, Orlando, FL 32826.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-R-0051/listing.html)
- Place of Performance
- Address: Recruit Training Command, Bldg 7260 Room 1193, 3355 Illinois Street, Great Lakes, Illinois, 60088, United States
- Zip Code: 60088
- Zip Code: 60088
- Record
- SN02281999-W 20100916/100915000637-0ff21c7203a1ff3af1c6a9f72ba73901 (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 |