Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 110, St. Inigoes, Maryland 20684-0010

70 -- UHF SATCOM ANTENNAS SOL N00421-97-R-1185 DUE 042897 POC Jeff McDermott (25422H), Contract Specialist (301) 862-8928; FAX (301) 862-8670: Bill Case (301) 862-8641 E-MAIL: MCDERMOTT_ JEFF%SI@MR.NAWCAD.NAVY.MIL, MCDERMOTT_JEFF%SI@MR.NAWCAD.NAVY.MIL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), 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 N00421-97-R-1185 is issued as a request for quote (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. This action is unrestricted, subject to full and open competition. The applicable SIC is 3663. The Government intends to award this contract as an Indefinite Delivery Indefinite Quantity (IDIQ). The contract item is for UHF SATCOM Antennas. The minimum quantity to be ordered is 28 each with a maximum quantity not to exceed 128 each over a 24 month period from date of award. The antennas shall meet the following specifications. Capable of withstanding the demands of exterior flight, and the physical stress which occurs during transport to and from remote locations; FREQUENCY RANGE: 225-400 Mhz maximum; VSWR: High Angle (2:1 maximum) Low Angle (2:1 maximum); RADIATION: Hemisperical; POLARIZATION: Right hand circular (turnstile) Vertical (blade); GAIN (TYPICAL): High Angle (+7 dBiC) Low Angle (+4 dBiL, linear); ISOLATION: 15 dB, mid-band -- between high/low angle elements; CONNECTORS: Type TNC coaxial -- forward on base (low angle) Type N coaxial -- aft on base (high angle); POWER HANDLING: High Angle (200 Watts) Low Angle (200 Watts); MAXIMUM DRAG: (25,000 ft, 300 kts = 4 lbs) (25,000 ft, 450 kts = 10 lbs); COMPASS SAFE DISTANCE: 12 inches; DIMENSIONS: Height (11 1/2'' maximum) Width (16'' maximum) Length (22'' maximum); WEIGHT: 12 lbs. maximum; COLOR: Black Matte Paint Finish; STRUCTURE: Single piece construction with no external hybrid, dummy loads, or adapter plates; ENVIRONMENTAL: Temperature (Operating: -50 degrees C to +70 degrees C; Storage: -62 degrees C to +85 degrees C). Altitude (Sea level to 50,000 ft.) Shock/Vibration (Suitable for direct mounting on all current subsonic military aircraft, mobile vehicle shelters, and naval surface craft). Humidity (Suitable for use in environments with constant humidity levels up to 95% relative humidity as well as environments with extreme cyclic humidity levels). Salt Fog (Suitable for mounting aboard naval surface craft with constant exposure to salt fog); QUALITY ASSURANCE PROVISIONS: The contractor shall have implemented quality assurance provisions in accordance with ISO 9001 (Quality Program Requirements) listed in the Department of Defense Index of Specifications and Standards (DoDISS) dated 1 July 1990 with supplement dated 1 May 1991. At time of award, the Government shall require (28) UHF SATCOM Antennas to be delivered as follows: (12) by 29 August 1997; (4) by 29 October 1997; (4) by 29 December 1997; (4) by 28 February 1998; (4) by 29 April 1998. The Government may place delivery orders for up to the remaining (100) Antennas to the successful offeror, within a 24 month period from the date of award. The orders shall be firm-fixed price and varying in quantity. While the IDIQ contract can accomodate the ordering of up to (128) Antennas, the Government shall not be obligated to place any further orders beyond the (28) minimum following award. The contractor shall deliver CLIN 0001 to: Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F Brian Kunes. Inspection and acceptance shall be made at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation -- Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for each of the requirements listed above. It is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (OCT 1995) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41U.S.C. 253g and 10 U.S.C. 2402), 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423). 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged BusinessConcerns (15 U.S.C. 637 (d)(2) and (3)), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C.4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.247-64, Preference for Privately-Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). The following FAR clauses are incorporated in full text: 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from date of award through 24 months from the date of award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than (1 each), the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of (128 each); (2) Any order for a combination of items in excess of (128 each); or (3) A series of orders from the same ordering office within (120) days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations inparagraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within (7) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after(01 OCTOBER 1998). (End of clause) Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995). DFARS Clause, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582), 252.225-7007, Trade Agreements (10 U.S.C. 2501-2582), 252.225-7012, Preference for Certain Domestic Commodities, 252.233-7000, Certification of Claims and Requests for Adjustment or Relief (10 U.S.C. 2410). WARRANTY -- The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. Offers are due to Jeff McDermott, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 28 April 1997. For information regarding this solicitation contact Jeff McDermott, Code 25422H (301) 862-8928. For copies of FAR provision 52.212-3 and DFARS provision 252-212-7000, fax your request to Jeff McDermott, (301) 862-8670. END SYNOPSIS/SOLICITATION #N00421-97-R-1185. (0099)

Loren Data Corp. http://www.ld.com (SYN# 0335 19970411\70-0009.SOL)


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