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