Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1997 PSA#1867

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010

59 -- GL3000ES PAGE TERMINAL AND ETC. SOL N00421-97-R-1348 DUE 062797 POC POC: Mr. Carnell M. Mosley 301-862-6037; Contracting Officer: Mr. William A. Case, Jr. 301-862-8641 This is a sole source 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 is the only solicitation; proposals being requested and a written solicitation will not be issued. Solicitation number N00421-97-R-1348 is issued as a Request for Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-9. This combined synopsis/solicitation also serves as a notice of intent to negotiate with Glenayre Electronics Inc., Atlantic Division, 11360 Lakefield Drive, Duluth, GA 30155-1508 on an other than full and open competitive basis for the procurement of CLIN 0001:(2 Qty) GL3000ES Page Terminal; CLIN 0002:(4 Qty) GL-C2010 Link Controller Card with Version 3.0 (P/N: 0300.00275)); CLIN 0003:(4 Qty) GPS Receiver for LCC Card with 100 ft. Cable (P/N: 189.1534); CLIN 0004:(2 Qty) LCC Redundancy GSU (P/N: 006.1519); CLIN 0005:(2 Qty) GPS Switch; CLIN 0006:(16 Qty) 225 to 450 Watt VHF GL-T8611 Transmitter (P/N: 0100.00031); CLIN 0007:(16 Qty) 1-20 Exciter Interface Option (P/N: 0200.00081); CLIN 0008:(16 Qty) 72 inch Cabinet (P/N: 0300.00003); CLIN 0009:(16 Qty) Lightning Protector (PLP-7) (P/N: 0300.00052); CLIN 0010:(16 Qty) Single Isolater (P/N: 0300.00043); CLIN 0011:(17 Qty) GL-C2010 Transmitter Controller with IP Link (P/N: 0100.00070); CLIN 0012:(16 Qty) C2010 Battery Backup (P/N: 0300.00014); CLIN 0013:(16 Qty) GPS Receiver Kit (P/N: 0100.00046); and CLIN 0014:(16 Qty) 100 ft. GPS Cable (P/N: 0300.00109), CLIN 0015 (1 Qty) OMC Software V3.0, CLIN 0016 (1 Qty) GL-T8611 120 Exciter Spare (w/o Oscillator option) Kit (GL-T8611SP EX/120), CLIN 0017 (1 Qty) GL-T8611 Spare PA (P/N: GL-T8611SP), CLIN 0018 (1 lot) Factory Staging, and CLIN 0019 (1 lot) System Manuals/Drawings on the basis of FAR 6.302-1 (ONLY ONE RESPONSIBLE SOURCE AND NO OTHER SUPPLIES OR SERVICES WILL SATISFY AGENCY REQUIREMENTS). The government intends to negotiate on a sole source basis with Glenayre because Glenayre possesses the proprietary data necessary to manufacture the required items. This procurement shall be F.O.B. destination and delivered to Receiving Office, NAWCAD Patuxent River, Villa Rd., Building #8115, St. Inigoes, MD 20684-0010, M/F: Tony Bausas. The contractor shall deliver CLINs 0001-0019 within 30 days after award of contract. 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. 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 Order -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition as follows: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alt I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantage Business Concerns, 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, and 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. 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 to this acquisition as follows: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7007 Trade Agreements, 252-225-7012 Preference for Certain Domestic Commodities, 252.225-7014 Preference for Domestic Specialty Metals, 252-225-7036 North American Free Trade Agreement Implementation Act, 252.227-7015 Technical Data -- Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252-233-7000 Certification of Claims and Requests for Adjustment or Relief, and 252.247-7024 Notification of Transportation of Supplies by Sea. 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 right 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 award of contract of items listed in the schedule. This is a DO rated contract. Quotes are due to Carnell M. Mosley, Contract Specialist, Contracts Group, Building #8110 Unit #11, Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, MD 20684-0010, by 2:30 P.M. EST 27 June 1997. For information regarding this solicitation contact Mr. Carnell M. Mosley (Code 2.6.2.5CM) (301)862-6037/Fax (301)862-8670. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0269 19970616\59-0018.SOL)


59 - Electrical and Electronic Equipment Components Index Page