Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1996 PSA#1599

Department of the Navy, Naval Surface Warfare Center, Carderock Disvision Headquarters, Code 3321: D. Sherer, Bethesda, MD 20084-5000

70 -- PURCHASE OF SPARE PARTS FOR THE HIGH DENSITY DIGITAL RECORDER (HDDR) SUBSYSTEM OF THE AN/BQH-9(V)1 SYSTEM TRAINER. SOL N00167-96-R-0043 DUE 060796 POC Debra C. Sherer, Contract Specialist (301) 227-3300 Doris Rosenblatt, Contracting Officer (301) 227-3303. The Naval Surface Warfare Center, Carderock Division, requires the purchase of spare parts for the portable High Density Digital Recorder (HDDR) subsystem of the AN/BQH-9(V)1 System Trainer. The contractor shall provide to the Government new spare parts and assemblies of the latest hardware and firmware revision. These spare parts shall be tested and prealigned using state of the art technology and shall meet or exceed all Original Equipment Manufacturer (OEM) specifications. The HDDR subsystem was designed and patented by DATATAPE, INC. who is the sole supplier of services and spare parts for this system. This requirement is a sole source procurement with DATATAPE, INC. SEE NOTE 22. (i) 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; a proposal is being requested and a written solicitation will not be issued. (ii) Solicitation N00167-96-R-0043 is issued as a request for proposal. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37. (iv) The associated standard industrial classification code is 5065 and business size standard is 100. (v/vi) THE FOLLOWING LIST IS THE DESCRIPTION OF THE SUPPLIES/SERVICES TO BE PROCURED ACCORDING TO THE ITEM NUMBER #, DESCRIPTION, QUANTITY, AND PART NUMBER # AS FOLLOWS: #0001, Havarie PWA (Tape Protect), 1 EA, #0164801000; #0002, Plyback Driver PWA, 1 EA, #0164803400; #0003, ANSI Control Track PWA, 1 EA, #0164802000; #0004, Record Amp PWA, 1 EA, #0164801400; #0005, Diagnostic Control PWA, 1 EA, #0164801500; #0006, Digital Motor Control PWA, 1 EA, #0164802400; #0007, Motor Control Unit, 1 EA, #0175310400; #0008, Servo Control Unit, 1 EA, #0175310800; #0009, Rotary Head Scanner, 1 EA, #0164850000; #0010, Quad Channel Encoder Assy, 1 EA, #631970-0000, #0011, Dual Equalizer/Bit Detector Assy, 1 EA, #631977-0000; #0012, Dual Equalizer Assy, 1 EA, #631984-0000; #0013, Cosine Stage Equalizer Assy, 2 EA, #631991-0002; #0014, Cosine Stage Equalizer Assy, 2 EA, #631991-0003; #0015, Cosine Stage Equalizer Assy, 2 EA, #631991-0004; #0016, Aux/Equalizer Assy, 1 EA, #632005-0000; #0017, Aux TTM Assy, 1 EA, #632051-0000; #0018, Remote Control Panel Assy, 1 EA, #631914-0000; #0019, Power Supply Assy, 2 EA, #634940-0000; #0020, Filtermat, 1 EA, #1164930041. (vii) The Contractor shall conduct QA testing for all spare parts and assemblies to certify that the performance is in accordance OEM specifications. The QA test results shall be provided to the Government upon request. Factory acceptance testing shall be conducted by the contractor, at a mutually agreed upon time site and witnessed by Government Technical Representatives. The Acceptance Test Plan shall be mutually agreed upon and 2 copies shall be provided by the contractor. The Government will have up to 15 days to review. The Contractor shall provide the final test procedure to the Government at least 30 working days prior to the acceptance test date. Two copies of the Final Acceptance Test Results shall be provided to the Government. Final inspection and acceptance will be made at NSWC-CD. The spare parts shall be delivered within 60 days after issuance of the contract to the Naval Surface Warfare Center-Carderock Division, Receiving Office, Code 3361, Bldg. 143, Bethesda, MD 20084-5000. The technical point of contact is Francis R. Ridley, Code 7320, (301) 227-1374. (viii) Provision 52.212-1, entitled, ''INSTRUCTIONS TO OFFERORS - COMMERCIAL'' applies to this solicitation. (ix) Provisions 52.212-2, entitled, ''EVALUATION-COMMERCIAL ITEMS'' applies to this solicitation. The evaluation factors as stated in Paragraph (a) of the provision, cite the evaluation criteria which are all equal in importance. (x) The contractor is to include a completed copy of Provision 52.212-3, entitled, ''OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS'' with the proposal. (xi) Provision 52.212-4, entitled, ''CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS'' applies to this solicitation. (xii) Clause 52.212-4, entitled, ''CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS'' applies to this solicitation. The items cited above in this announcement in CLINS 0001 thru 0020 for this solicitation will be under the Contractor's standard commercial warranty. The following additional FAR Clauses cited in the clause are applicable to the acquisition: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C 2402); FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C.); FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637(d)(2)(3); FAR 52.222-26 Equal Opportunity (EO 11246), FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793); FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 USC 4212); FAR 52.225-3 Buy American Act - Supplies (41 USC 10); FAR 52.225-18 European Union Sanction for End Products (EO 12849); DFAR 252.225-7036 Products Subject to Trade Agreement Acts; FAR 52.247-64 Preference for Privately Owned US Flag Commercial Vessels (46 USC 1241) (xiii) No additional requirements or terms and conditions apply to this solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) assigned rating is DO-9. (xv) This requirement is a sole source procurement with DATATAPE, Inc. SEE Note 22. (xvi) Proposals in response to this solicitation are to be sent by 2PM EST, 31 May 1996, to the Naval Surface Warfare Center, Carderock Division; Bldg 121, Code 3321; Bethesda, MD 20084-5000. (xvii) All inquiries, please call Debra C. Sherer (301) 227-3300. (0138)

Loren Data Corp. http://www.ld.com (SYN# 0267 19960520\70-0001.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page