|
COMMERCE BUSINESS DAILY ISSUE OF JULY 25,1997 PSA#1895Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 70 -- HIGH SPEED SIGNAL DIGITIZER. SOL N00600-97-R-2524 DUE 081297 POC
For a copy of thesolicitation, contact Customer Services Center, (202)
433-2951 or you may fax in your request (202) 433-9569; for additional
information, contact Ronald Rosenberg, Code 02W1.2D, (202) 433-0770.
The Fleet and Industrial Supply Center Norfolk Detachment Washington
(FISCNORDETWASH) has a requirement in support of the Atlantic
Intelligence Command, Norfolk, Va. for a high speed signal digitizer
for analysis of electronic intelligence signals (ELINT). The digitizer
must have a minimum of 2 data channels, with a minimum of 256 MB of
Random Access Memory per channel. It must also interface with a
SPARC-20 computer and its user interface must look like an OKEL front
panel. It must also have a graphical user interface operation and be
able to be installed onto a 19 inch depth equipment rack. Mounting kit
must be included with applicable operation and maintenance manuals.
This will be a Firm Fixed Price contract and is considered a commercial
item. I. This is a combined synopsis/solicitation for commercial items
prepared in accordance with the Format in FAR Subpart 12.6,
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. II. This
solicitation number N00600-97-R-2524 is issued as a request for
proposal (RFP). III. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 33. IV. FAR 52.219-6, Notice of Total Small Business
Set-Aside" is hereby corporated by reference. The standard industrial
classification code is 3577 and the small business size standard is
1,000 employees. V. A list of contract line item number(s) and items,
quantities and units of measure, (including option[s], if applicable)
are: CLIN 0001, High Speed Signal Digitizer, Qty. 1 EA, CLIN 0002,
Installation, Integration, ATP, operator and maintenance training at
AIC Norfolk, Qty 1 Lot. Description of requirements for the items to be
acquired. See synopsis -- #17 above. Delivery is to be made FOB
Destination to: Atlantic Intelligence Command, Bldg NH-19, 7941 Blandy
Road, Suite 100, Norfolk, VA 23551-2498 by 30 days after contract
award. Acceptance shall be made at destination. VIII. FAR 52.212-1,
Instructions to Offers-Commercial Items, is incorporated by reference
and applies to this acquisition. ADDENDUM to 52.2121, in para. (b)(4)
the following is required in technical proposals: Affirmative statement
of ability to supply product and training as required, Technical
literature, brochures or flyers describing product required in
sufficient detail for the government to evaluate the proposal. IX. FAR
52-212-2, Evaluation -- Commercial Items, is incorporated by reference
and applies to this acquisition. Paragraph (a) of FAR 52-212-2 carries
the following addendum: ADDENDUM. 52.212-2, Para. (a) The following
factors shall be used to evaluate offers is Technical Capability and
Price. Where technical capability is significantly more important than
price. X. Offerors shall include a completed copy of the provision at
FAR 52.212-3, Offeror Representations and Certifications-Commercial
Items, with its quotation. XI. FAR 52.212-4,"Contract Terms and
Conditions-Commercial Item" is incorporated by reference and applies to
this acquisition and resulting contract. The following terms and
conditions are added as an addendum to this clause: FAR 52.232-18
Electronic Funds Transfer Payment (APR 1984) XII. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items is incorporated by reference, however
for paragraphs (b) and (c) only the following provisions apply to this
acquisition: (At this point you must select those that are applicable
to your acquisition and list them w/o the "use note"): _X_52.203-6
Restrictions on Subcontractor Sales to the Government, with Alternate
I (All exceeding the Simplified Acquisition Threshold); _X_52.203-10
Price or Fee Adjustment for Illegal or Improper Activity (All exceeding
$25K); _X_52.219-8 Utilization of Small, Small Disadvantaged and Women
Owned Small Business Concerns (All exceeding $25K); _X_52.219-14
Limitation on Subcontracting (All acquisitions that are set aside for
small businesses (including 8(a)); _X_ 52.222-26 Equal Opportunity
(All); _X_ 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterns (All); _X_ 52.222-36 Affirmative Action or
Handicapped Workers (All); _X_ 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era (All); X_ 52.225-3
Buy American Act-Supplies (In all solicitations for supplies or
services that require the furnishing of supplies); _X_ 52.225-18
European Community Sanctions for End Products (In contracts for
supplies estimated less than $182,000). XIII. Proposals are due on 12
August 1997, at 2:00 PM local time, at FISCNORVADETWASH Customer
Service Center, 901 M Street SE, Washington Navy Yard, Bldg. 200, 4th
floor, Washington, DC 20374. XIV. The following individual should be
contacted for information regarding the solicitation: Ron Rosenberg at
(202) 433-0770. (0204) Loren Data Corp. http://www.ld.com (SYN# 0465 19970725\70-0009.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|