Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1997 PSA#1845

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

59 -- HIGH FREQUENCY RECEIVERS SOL N00164-97-Q-0213 DUE 052297 POC Code 1163WK, Roberta George, 812-854-1348, FAX 812-854-3465; Mr. Kelly Siffin, Contracting Officer WEB: Click here to downoad a copy of the RFQ., http://www.crane.navy.mil/Webpages/supply/homepages.htm. E-MAIL: Click here to submit questions., brough_t@crane.navy.mil. 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; proposals are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) N00164-97-Q-0213 incorporates provisions and clauses in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The Standard Industrial Classification Code for this procurement is 3679 with a small business size standard of 500 employees. This is a sole source procurement to Watkins-Johnson Company, 700 Quince Orchard Rd.., Gaitherburg, MD 20878-1794 in accordance with FAR 6.302-1(c). An indefinite delivery-indefinite quantity type contract with a 5 year ordering period is being utilized. The following items are being procured: CLIN 0001 Digital VXI VHF/UHF Receiver to include a Commercial/Operational Technical Manual—Watkins-Johnson P/N WJ-8629, Minimum Quantity 26 ea/Maximum Quantity 60 ea; CLIN 0002 High Frequency Receiver to include a Commercial/Operational Technical Manual -- Watkins-Johnson P/N WJ-8721, Minimum Quantity 12 ea/Maximum Quantity 30 ea; CLIN 0003 8 hour factory training course providing operation and maintenance instruction, 1 lo. The minimum quantities will be purchased at time of award. Pricing is requested for a 5 year ordering period for the additional units up to the maximum quantities. Different prices for the out-years is acceptable. Pricing to allow for economic price breaks for additional purchase quantities, beyond the minimum, of 1 to 34 for CLIN 0001 and 1 to 18 for CLIN 0002 is requested. Final inspection and acceptance will be at NSWC Crane Div, Crane IN 47522-5001. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and has the following addenda: add NAPS 5252.232-9000 verbiage to paragraph (g); add paragraph(t) The Government will evaluate the performance of the contractor awarded the contract resulting from this solicitation, in accordance with FAR 42.1500. The following performance rating factors will be utilized: Quality, Cost Control, Timeliness of Performance, Business Relations, and Customer Satisfaction; add paragraph (u) Delivery of the minimum quantity will be required on or before 30 Sep 1997. Delivery for CLIN 0003 will be required on or before 30 Dec 1997. Delivery of any additional units purchased will be required at a rate of 4 per month beginning 60 days after placement of the order. Delivery will be in accordance with FAR 52.247-30, F.o.b. Origin, Contractor's Facility. The ship to address is: Receiving Officer, Bldg 41, Code 1121, NSWC Crane, 300 Hwy 361, Crane IN 47522-5001; add paragraph (v) Commercial items shall be packaged and marked in accordance with standard commercial practices; add paragraph (w) The Government shall accept/reject supplies to be provided within 14 days afterreceipt at NAVSURFWARCENDIV Crane; add paragraph (x) Quality System Requirements. The Contractor shall provide and maintain a quality system that, as a minimum, adheres to the requirements of ANSI/ASQC Q9001-1994 Quality Systems-Model for Quality Assurance in Design/Development, Production, Installation, and Servicing and supplemental requirements imposed by this contract. The quality system procedures, planning, and all other documentation and data that comprise the quality system shall be made available to the Government for review. Existing quality documents that meet the requirements of this contract may continue to be used. The Government may perform any necessary inspections, verifications, and evaluations to ascertain conformance to requirements and the adequacy of the implementing procedures. The Contractor shall require of subcontractors a quality system achieving control of the quality of the services and/or supplies provided. The Government reserves the right to disapprove the quality system or portions thereof when it fails to meet the contractual requirements. The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and the following additional clauses within are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt I); 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The clause DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following additional clauses within are applicable: 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Business and Small Disadvantaged Business Subcontracting Plan (DOD Contracts); 252.219-7005 Incentive for Subcontracting with Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions; 252.219-7006 Notice of Evaluation Preference for Small Disadvantaged Business Concerns; 252.225-7012 Preference for Certain Domestic Commodities; 252.233-7000 Certification of Claims and Requests for Adjustment or Relief. The following clauses apply to this procurement: Gratuities, FAR 52.203-03; Ordering, FAR 52.216-18 -- Such orders may be issued from date of award through 30 Mar 2002 ; Order Limitations, FAR 52.216-19 (a) Minimum order . . .contract in an amount of less than 1 ea. . .(b) Maximum Order. (1) Any order for a single item in excess of 34 ea -- WJ-8629 or 18 ea -- WJ-8721, (2) Any order for a combination of items in excess of 52 ea, (3) A series of orders from the same ordering office within 30 days. . . . ; Indefinite Quantity, FAR 52.216-22 (d) . . . .the Contractor shall not be required to make any deliveries under this contract after 5 years after the date of contract award. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial 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 standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of months. (Offeror is to insert number.) The following provisions apply to this procurement: Requirement for Cost or Information Other than Cost or Pricing Data, FAR 52.215-41; Instructions to Offerors -- Commercial Items, FAR 52.212-1; Evaluation -- Commercial Items, FAR 52.212-2 with the following changes: paragraph shall read: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, Delete: paragraph (b) Options. Offers are to include a completed copy of the certifications FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items with its quote. This is a DO rated order under DPAS. Numbered Note 22 applies except that quotes will only be accepted if received within 14 days after date of publication. Quotes are due no later than 22 May 1997 and are to be received by mail Attn: Code 1163WT, Bldg 64, NAVSURFWARCENDIV, 300 Highway 361, Crane IN 47522-5001 or via facsimile (812) 854-3465. (0132)

Loren Data Corp. http://www.ld.com (SYN# 0201 19970514\59-0008.SOL)


59 - Electrical and Electronic Equipment Components Index Page