|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868Commander, Naval Sea Systems Command, SEA 029P,2531 Jefferson Davis
Hwy, Arlington, VA 22242-5160 43 -- MAM(MAINTENANCE ASSIST MODULE)KIT FOR THE TROUBLESHOOTING AND D
IDENTIFICATION OF REPAIRS FOR LABARGE CONTROLLERS SOL N00024-97-R-9009
DUE 063097 POC Randolph Serman III, Contracting Officer (703) 602-8998
(i.) 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
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. Any resulting
contract from this solicition will be a Firm Fixed Priced contract.
(ii.) This SOLICITATION NUMBER N00024-97-R-9009 is issued as a request
for proposal. (iii.) This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular #90-46 and Defense Acquisition Circular #91-12. (iv.) The
following clause is incorporated FAR 52.219-1 SMALL BUSINESS PROGRAM
REPRESENTATIONS (OCT 1995)(a)(1) The standard industrial classification
(SIC) code for this acquisition is 3563 . (2) The small business size
standard is 500 . (3) The small business size standard for a concern
which submits an offer in its own name, other than on aconstruction or
service contract, but which proposes to furnish a product which it did
not itself manufacture, is 500 employees. (b) Representations. (1) The
offeror represents and certifies as part of its offer that it [ ] is,
[ ] is not a small business concern. (2) (Complete only if offeror
represented itself as a small business concern in block (b)(1) of this
section.) The offeror represents as part of its offer that it [ ] is,
[ ] is not a small disadvantaged business concern. (3) (Complete only
if offeror represented itself as a small business concern in block
(b)(1) of this section.) The offeror represents as part of its offer
that it [ ] is, [ ] is not a women-owned small business concern. (c)
Definitions. Small business concern, as used in this provision, means
a concern, including its affiliates, that is independently owned and
operated, not dominant in the field of operation in which it is bidding
on Government contracts, and qualified as a small business under the
criteria in 13 CFR Part 121 and the size standard in paragraph (a) of
this provision. Small disadvantaged business concern, as used in this
provision, means a small business concern that is (1) at least 51
percent unconditionally owned by one or more individuals who are both
socially and economically disadvantaged, or a publicly owned business
having at least 51 percent of its stock unconditionally owned by one or
more socially and economically disadvantaged individuals, and (2) has
its management and daily business controlled by one or more such
individuals. This term also means a small business concern that is at
least 51 percent unconditionally owned by an economically disadvantaged
Indian tribe or Native Hawaiian Organization, or a publicly owned
business having at least 51 percent of its stock unconditionally owned
by one or more of these entities, which has its management and daily
business controlled by members of an economically disadvantaged Indian
tribe or Native Hawaiian Organization, and which meets the
requirements of 13 CFR Part 124. 'Women-owned small business concern,'
as used in this provision, means a small business concern -- (1) Which
is at least 51 percent owned by one or more women or, in the case of
any publicly owned business, at least 51 percent of the stock of which
is owned by one or more women; and (2) Whose management and daily
business operations are controlled by one or more women. (d) Notice.
(1) If this solicitation is for supplies and has been set aside, in
whole or in part, for small business concerns, then the clause in this
solicitation providing notice of the set-aside contains restrictions
on the source of the end items to be furnished. (2) Under 15 U.S.C.
645(d), any person who misrepresents a firm's status as a small
business concern in order to obtain a contract to be awarded under the
preference programs established pursuant to sections 8(a), 8(d), 9, or
15 of the Small Business Act or any other provision of Federal law that
specifically references section 8(d) for a definition of program
eligibility, shall -- (i) Be punished by imposition of fine,
imprisonment, or both; (ii) Be subject to administrative remedies,
including suspension and debarment; and (iii) Be ineligible for
participation in programs conducted under the authority of the Act.(v.)
List of CONTRACT LINE ITEM NUMBERS: CLIN 0001: STAR LPAC MAMS KIT P/N
66613016 (quantity 28 ea.), CLIN 0002: Combined STAR LPAC and 5R5 HPAC
MAMS KIT P/N 66612733 (quantity 13 ea.) (vi.) DESCRIPTION OF
REQUIREMENTS: The Naval Sea Systems Command intends to enter into a
sole source contract with LaBarge Electronics Division, 11616 E. 51st
Street, Tulsa, OK 74146 for LaBarge Controller MAM (Maintenance Assist
Module) Kits.CLIN 0001 LaBarge P/N 66613016 for the testing of the
LaBarge Controller P/N 66612186 which is installed on the Navy Low
Pressure Air Compressor STAR LPAC, and CLIN 0002 P/N 66612733 for the
combined testing of LaBarge Controller P/N 66612186 installed on the
STAR (LPAC) and LaBarge Controller P/N 66612125 installed on the RIX
5R5 (HPAC) Air Compressors. Also in each MAM'S Kit the following will
be included: a PLACARD identifying the location of each card in the
case, and instructions for troubleshooting and repair procedures for
use with the STAR LPAC and 5R5 HPAC. All cards should be packaged in
accordance with section 5 of MIL-M-28787D and protected from ESD in
accordance with MIL-STD-1686C and MIL-HDBK-263B. This contract will be
sole source because LaBarge is the sole source and manufacture of the
MAMs kits which are used to assist personnel in the troubleshooting
and repair of LaBarge Controllers which are also developed and
manufactured by LaBarge.(vii.) DELIVERY for CLIN 0001 is to be made FOB
Origin to the following destination and noted quantities: Shipment #1
NAVSEA Staging Facility Atlantic, C/O Push Pull Team Attn.: Stan Diggs,
116 Lake View Parkway, Suffolk, Va. 23435-2699, N00024-97-C-9009. 1 M/F
AS-39, 1 M/F AO-178, 1 M/F AOE-3, 1 M/F AOE-4, 2 M/F CVN-65, 1 M/F
DDG-55, 1 M/F DDG-57, 1 M/F DDG-58, 1 M/F DDG-61, 2 M/F LHA-2, 2 M/F
LHA-3, 1 M/F LSD-52 for a total of (15) MAM Kits. Shipment #2 for CLIN
0001 is to be made FOB Other to the following destination and noted
quantities: NAVSEA Staging Facility Pacific, GSA Federal Service Center
Bldg.#7 Bay C, C/O Push Pull Team Attn: Chris Christensen, 5600
Rickenbacker Road, Bell, Ca. 90201, N00024-97-C-9009. 1 M/F AOE-2, 2
M/F CV-62, 1 M/F DDG-54, 1 M/F DDG-56, 1 M/F DDG-59, 1 M/F DDG-60, 2
M/F LHA-1, 2 M/F LHA-3, 2 M/F LHA-5 for a total of (13) MAM Kits.
DELIVERY for CLIN 0002 is to be made FOB Other to the following
destination and noted quantities: Shipment #1 NAVSEA Staging Facility
Atlantic, C/O Push Pull Team Attn.: Stan Diggs, 116 Lake View Parkway,
Suffolk, Va. 23435-2699, N00024-97-C-9009. 1 M/F LSD-50, 1 M/F LSD-51,
2 M/F LHD-5, 2 M/F LHD-6, 2 M/F LHD-7, 1 M/F Fleet Technical Support
Center Atlantic (FTSCLANT) Code 4332 Attn.: Dennis Balsly, 1 M/F
Carderock Division Naval Surface Warfare Center Philadelphia
(CDNSWC-PA) Code 9214 Attn.: Jeff Craighead for a total of (10) MAM
Kits. Shipment #2 for CLIN 0002 is to be made FOB Origin to the
following destination and noted quantities: NAVSEA Staging Facility
Pacific, GSA Federal Service Center Bldg #7 Bay C, C/O Push Pull Team
Attn.: Chris Christensen, 5600 Rickenbacker Road, Bell, Ca. 90201,
N00024-97-C-9009. 1 M/F AOE-10, 1 M/F LSD-49, 1 M/F Fleet Technical
Support Center Pacific (FTSCPAC) Code 303 Attn.: Gerry Donahue for a
total of (3) MAM Kits. Delivery and Acceptance for CLIN'S 0001 & 0002
will be made at the above destinations and in the noted quantities
within 26 weeks of ARO. (viii.) FAR 52.212-1 Instructions to
Offerors-Commerical, is incorporated by reference and applies to this
acquisition. (ix.) 52.212-2, Evaluation-Commercial Items is
incorporated by reference and applies to this acquisition. ADDENDUM,
52.212-2, Para. (a). The following factors shall be used to evaluate
offers: (I) Technical capability, (ii) Past Performance, (iii)
Delivery, (iv) Price. Technical capability and Past Performance when
combined, are more important then price(x.) Offerors shall include a
complete copy of the provision 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERICAL ITEMS, with its proposal. Offerors in need of
this clause may contact the POC in item 11 for a copy, or if you have
access to the WORLD WIDE WEB you may get a copy at the following
address: http//www.gsa.gov/far/. (xi.) FAR 52.212-4 "Contract Terms and
Conditions -- Commerical Items" is incorporated by reference and
applies to this acquisition and resulting contracting. ADDENDUM
52.212-4, Para. (o). The Contractor will warrant these MAM (Maintenance
Assist Module) Kits for twelve (12) full months from the date the Kit
is first put into service, or thirty-six (36) months from the date of
receipt/inspection at the Staging Facility which ever occurs first.
(xii.) FAR 52.212-5, Contract Terms And Conditions Required To
Implement Statutes Or Executive Orders-Commerical Items (Oct.1995) is
incorporated in this contract by reference, however for paragraphs (b)
and (c) only the following provisions apply to this acquisition: FAR
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate 1. FAR 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (41 U.S.C.423). FAR 52.219-8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns and
Women-Owned Small Business Concerns. FAR 52.219-9, Small, Small
Disadvantaged and Women-Owned Small Business Subcontracting Plan. FAR
52.219-14, Limitation on Subcontracting. FAR 52.222-26, Equal
Opportunity 9E.O. 11246). FAR 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (29 U.S.C. 4212). FAR 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C.793). FAR
52.222-37, Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212). FAR 52.225-3, Buy American
Act-Supplies (41 U.S.C. 10). (xiii.) Additional contract requirements.
N/A (xiv.) DPAS rating C9E. (xv.) CBD Numbered Note: N/A. (xvi.) One
proposal is due 7/01/97 at 2:00 PM Eastern Standard Time at the Naval
Sea Systems Command, Code 029P Bldg. NC3/Rm 4E12, 2531 Jefferson Davis
Hwy, Arlington, Va. 22242-5160. Offerors Must acquaint themselves with
the NEW regulations concerning Commerical item acquisition contained in
FAR subpart 12 and must ensure that all Representations and
Certifications are executed and returned as called for in this
solicitation. (xvii.) For questions regarding this specific acquisition
contact Mr. Randolph Serman (703) 602-8998. (0164) Loren Data Corp. http://www.ld.com (SYN# 0249 19970617\43-0001.SOL)
43 - Pumps and Compressors Index Page
|
|