Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18,1996 PSA#1703

Operational Contracting Division, 1940 Allbrook Dr, Ste 3 Bldg 1, WPAFB OH 45433-5309

58 -- AN/PRC-117D(C) RADIO SET WITH EQUIPMENT SOL F33601-96-R-0200 DUE 111296 POC For Copy, ASC/PKWO, ATTN: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309, POC: S. Siglar/PKWOC/937-257-5192, FAX No (937) 257-3926. Wright-Patterson Air Force Base, OH intends to negotiate on a sole source basis with Harris Corporation-RF Communications, Pittsburgh PA for two AN/PRC-117D(C) Multiband Manpack Radio Sets with Rechargeable batteries plus support equipment. 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 solicitaiton no F33601-96-R-0200 is a Request for Qoute (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thorugh Federal Acquisition Circular 90-36. The associated Standard Industrail Code (SIC) for this procurment is 3663. There are three contract line items: CLIN 0001, AN/PRC-117D(C) Multiband Manpack Radio Set with rechargeable Ni-Cad Batteries, quantity two (2); CLIN 0002, BB-590/U Rechargeable NI-Cad Batteries, quantity two (2); CLIN 0003, 103590-0550 Trickle Battery Charger 115 VAC, quanitity one (1). The AN/PRC-117D(C) Multiband Manpack Radio Set will be used as Government Furnished Equipment (GFE) for use by Lockhed-Martin (LMTAS) to complete full integration of the Improved Data modem (IDM) on the F-16 Block 40 Aircraft. This required GFE is developed and sold only by the Harris Corporation-RF Communications Division. The AN/PRC-117D(C) is the only available radio to support the equipment being used for F-16/IDM integration. Delivery is required within 30 dyas after contract award, FOB destination is Lockheed Martin Tactical Aircraft Systems, Fort Worth TX. This procurement is being conducted under the simplified Acquisition Threshold (SAT) portion of the Federal Acquisition Streamlining Act (FASA). The following FAR provisions apply to this solicitation: 52-212-1, Evaluation-Instruction to Offerors--Commercial. The offer must be held open for 60 days; 52-212-2 are as follows: (I) technical capability of the item to meet the Government requirements. Provide information or brochures in order to evaluate quote; (II) past performance; (III) price; in descending order of importance. Tehnical and past performance, when combined, are significantly more important than price. All offerors are to include with their offers a completed copy of provision 52.213-3, Offeror Representations and Certification--Commercial Items (available upon request). The following FAR clause applies to this acquisition; 52.212-4, Contract Terms and Conditions--Commerical Items (Oct 1995), is hereby incorporated by reference. The following FAR clauses, which are cited in clause 52-212-5. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action For Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following additonal defense FAR clauses, which are cited in clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions of Commercial Items, are applicable to this acquisition; 252.219-7006, Notice of Evaluation of Preference for Small Disadvantaged Business Concerns (Alt I); 252.225-7001, Buy American Act and Balance of Payment Program. Faxed offers will not be accepted. Direct all communication concerning this acquisition to Capt Scott Siglar, 1940 Allbrook Dr. Ste 3, WPAFB OH 45433-5309, (937)257-5192. All offers are due 4:00 PM on 12 November 1996. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr Daniel L. Kugel, ASC/SY, Bldg 52, 2475 K Street, Suite 1, Wright-Patterson AFB OH 45433-7642, at (513) 255-3855, E-Mail kugeldl@sy.wpafb.af.mil, with serious concerns only. See Numbered Note(s): 22. (0290)

Loren Data Corp. http://www.ld.com (SYN# 0166 19961017\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page