Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1998 PSA#2094

SPAWAR, Contracts Division, P.O. Box 190022, N. Charleston, SC 29419-9022

58 -- GENERAL PURPOSE COMMUNICATIONS EQUIPMENT SOL N65236-98-R-0430 DUE 051598 POC Gloria Myers, Code 1115GM, (803) 974-5934/Contracting Officer, Jean C. Duncan E-MAIL: SPARWAR Charleston, myersg@spawar.navy.mil. This notice is issued to posted this requirement as a sole source combined synopsis/solicitation. It is the intent of the contracting activity to utilize combined synopsis/solicitation procedures for the required procurement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Subject solicitation number N65236-98-R-0430 is hereby issued as a sole source request for proposal (RFP), to General Atronics Corporation, 1200 East Mermaid Lane Wyndmoor, PA 19038-7695. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. The Standard Industry Code (SIC) is 3669, with a small business size standard of 750 employees. The Contract Line Item Numbers (CLINs), description (including required part numbers), and quantities for the subject procurement are as follows: Base Qty, Lot I CLINS, CLIN 0001 -- AN/USQ-125 (V)4, One audio channel with 1 set (non-EMI) mating connectors, P/N 34000-711- Qty five (5) ea; CLIN 0002 -- AN/ USQ-125 (V) 5, (4 Channel MFL) Four audio channels with 1 set (non-EMI) mating connectors, (P/N-34000-734) -- Qty four (4) ea; CLIN 0003 -- Ethernet SBC, AN/USQ-125 (V), -- Qty one (1) ea; CLIN 0004 -- VME Card Set, AN/USQ-125(V)4, consisting of one (1) ea P/N(s) 34054-833 & 34062-503, (P/N-34503) -- Qty one (1) ea; CLIN 0005 -- VME Card Set, AN/USQ-125(V)5, (4 channel MFL), consisting of four (4) ea P/N 34054-833 and one (1) ea P/N 34062-503, (P/N-34504) -- Qty one (1) ea; CLIN 0006 -- Processor Card Set, CP-2205, (P/N-34054-833) -- Qty seven (7) ea; CLIN 0007 -- MX -- 512PV/RC Remote Control Unit, (P/N 29350) -- Qty one (1) ea; CLIN 0008 -- Link Monitor System (LMS), (P/N-PC-LMS) -- Qty four (4) ea; CLIN 0009-Windows NT Control Software, Single channel, (upgradeable to multi-channel) (P/N-WNTRCS) -- Qty four (4) ea; CLIN 0010-Link DoctorTM Requires Link Monitor System,(P/N PC-LDR) -- Qty one (1) ea; CLIN 0011 -- Spare Parts kit, AN/USQ-125(V)4, (P/N-34007) -- Qty two (2) ea: CLIN 0012 -- Spare Parts Kits, AN/ USQ-125 (V)5,(P/N-34097) -- Qty two (2) ea; CLIN 0013 -- AN/ USQ-130 1553B & RS,-232, (P/N-33100) -- Qty one (1) ea; CLIN 0014 -- CSDTS Card set -- Qty four (4) ea: -The items for the option years are the same as for the base year. The qty for the option years varies as follows: 1ST Option year, Lot II -- CLIN 0015- (P/N-34000-711) -- Qty five (5) ea; CLIN 0016 -- (P/N-34000-734) -- Qty three (3) ea; CLIN 0017 -- Ethernet SBC, AN/USQ-125(V)- Qty one (1) ea; CLIN 0018 -- (P/N-34503) -- Qty one (1) ea; CLIN 0019 -- (P/N-34504) -- Qty one (1) ea; CLIN 0020 -- (P/N-34054-833) -- Qty six (6) ea; CLIN 0021 -- (P/N 29350) -- Qty one (1) ea; CLIN 0022 -- (P/N-PC-LMS) -- Qty three (3) ea; CLIN 0023- (P/N-WNTRCS) -- Qty three (3) ea; CLIN 0024 -- (P/N PC-LDR) -- Qty one (1) ea; CLIN 0025 -- (P/N-34007) -- Qty two (2) ea; CLIN 0026 -- (P/N-34097) -- Qty two (2) ea; CLIN 0027 -(P/N-33100) -- Qty one (1) ea; CLIN 0028 -- CSDTS Card set -- Qty three (3) ea; -- 2ND OPTION, Lot III as follows: CLIN 0029 -- (P/N-34000-711) -- Qty five (5) ea; CLIN 0030 -- (P/N-34000-734) -- Qty three (3) ea; CLIN 0031 -- Ethernet SBC, AN/USQ-125(V) -- Qty one (1) ea; CLIN 0032 -- (P/N-34503) -- Qty one (1) ea; CLIN 0033 -- (P/N-34504) -- Qty one (1) ea; CLIN 0034 -- P/N-34054-833) -- Qty six (6) ea; CLIN 0035 -(P/N 29350) -- Qty one (1) ea; CLIN 0036 -- (P/N-PC-LMS) -- Qty three (3) ea; CLIN 0037-(P/N-WNTRCS) -- Qty three (3) ea; CLIN 0038- (P/N-PC-LDR) -- Qty one (1) ea; CLIN 0039 -- (P/N-34007) -- Qty two (2) ea; CLIN 0040 -- (P/N-34097) -- Qty two (2) ea; CLIN 0041 -- (P/N-33100) -- Qty one (1) ea; CLIN 0042 -- CSDTS Card set,—Qty three (3) ea; Items 0001, 0015, & 0029, include software licenses for CLEW/SLEW/GATEWAY/Windows 95 Control/Wireline and Basic DTS Software; Items 0002, 0016, & 0030, include hardware for 2 Channel MFL and software licenses for LEW/SLEW/GATEWAY/Windows 95 Control/Wireline/MFL and Basic DTS Software; Items 0014, 0028, and 0042, include hardware for 4 Channel MFL and software licenses for CLEW/SLEW/GATEWAY/Windows 95 Control/Wireline/MFL. Subject CLINS are required to support the Navy's Link-11 and follow on program. The material must be compatible with existing Link-11 Systems and follow on Systems. As previously stated, subject procurement is being issued as a sole source procurement, since General Altronics Corporation has the sole capability of providing the material/equipment that is compatible with the Link-11 System and follow on system. WARRANTY: In accordance with FAR 12.404(b), offerors are required to offer the Government at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The type of contract anticipated is a Fixed Price Indefinite Qty type contract. The delivery date, for CLINS 0001 thru 0014 shall be forty (40) days after date of delivery order; Delivery of CLINS 0015 thru 0042 shall be forty-eight (48) days after date of delivery order. Delivery shall be F.O.B. Destination to: SPAWARSYSCEN Charleston, Attn.: Ruben Turner, Code 534RT, 3050 Elmhurst Lane, Portsmouth, VA 23701; Inspection and acceptance shall be accomplished at destination, by the receiving activity. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The Government reserves the right to eliminate from further consideration those proposals, which are considered non-responsive. The Government intends to make a single award to the acceptable offeror whose total offer on all items is the most advantageous to the Government, on the basis of lowest cost or price. Offerors are required to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations & Certifications -Commercial Items, DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate, and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offer. Additional FAR clauses which apply to the subject acquisition include: 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, incorporating the additional FAR clauses cited as follows: 52.203-6, Restrictions on Subcontracting Sales to the Government, with Alternate I; 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small 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. FAR clauses 52.217-5, Evaluation of Options and 52.217-9, Option to Extend the Term of Contract are also applicable to the subject procurement. Complete the blanks in 52.217-9 as follows: Paragraph (a) -thirty (30) days prior to expiration of the contract. Paragraph (b) thirty-six (36) months. Additional DFAR clauses which apply to the subject acquisition include: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, which incorporates additional DFAR clauses cited as follows: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; and 252.247-7024, Notification of Transportation of Supplies by Sea. Other applicable clauses include: B-311 Minimum and Maximum Quantities (89JUL)- As referred to in paragraph (b) of the "Indefinite Quantities" clause of this contract, the contract minimum Qty is a total of $25,000 worth of orders at the contract unit price(s). The maximum Qty is the total estimated amount of the contract. The maximum Qty is not to be exceeded without prior approval of the Procuring Contracting Officer; C-721 Year 2000 Compliance -- All information technology delivered under this contract shall be Year 2000 compliant as that term is defined in FAR 39-002; F-303 Periods of Performance for Ordering, Orders, and Options to Extend Term of the Contract-The period of performance of the contract, for the purpose of issuing delivery or task orders is as follows: Date of Award through one (1) year later. The period of performance for each order shall be stated within such order. Additional time of not more than (50)days beyond the ordering period may be allowed for completion of outstanding orders. The period of performance for option CLIN(S) to extend the term of the contract is one (1) year. The above period(s) of performance for the option(s) to extend the termof the contract shall apply only if the Government exercises the option(s) as stated in Section B in accordance with FAR clause 52.217-9; H529- Procedures for Issuing Orders (Orders Issued by Designated Ordering Officer) (89JUL) (Tailored) Ordering. This is a Fixed Price Indefinite Qty/Indefinite Delivery contract for SPAWARSYSCEN Charleston. Ordering for any other customer is prohibited without authority of the Contracting Officer or his/her representative. All orders issued hereunder are subject to the terms and conditions of this contract. This contract shall control in the event of conflict with any order. When mailed, a delivery order shall be "issued" for purpose of this contract at the time the Government deposits the order in the mail, or, if transmitted by other means, when physically delivered to the contractor. Supplies or services to be furnished under this contract shall be furnished by the issuance of delivery orders on DD Form 1155. The Ordering OFFICER SPAWARSYSCEN, Charleston or his/her representative, shall place orders. Delivery orders shall contain the following information: (b) Ordering Procedures. (1) Delivery orders issued shall include, but not be limited to, the following information: (a) Date of Order; (b) Contract, order number and requisition number; (c) Appropriation and accounting data; (d) Description of end item(s) to be delivered; (e) Exact place of pickup or delivery; (f) Inspecting and accepting codes (as applicable); (g) Delivery date; (h) List of Government-furnished material and the estimated value thereof, if applicable. Oral orders may be placed hereunder only in emergency circumstances. Information described above shall be furnished to the contractor at the time of placing an oral order and shall be confirmed by issuance of a written delivery order on DD Form 1155 within two working days. Oral orders placed under this contract shall not exceed the maximum order limitation set forth in the Ordering clause. (c) Modification of Delivery Orders. The ordering officer may modify Delivery orders. Modifications to delivery orders shall include the information set forth in paragraph (b) above, as applicable. Delivery orders may be modified orally by the ordering officers in emergency circumstances. Oral modifications shall be confirmed by issuance of a written modification within two working days from the time of the oral communication modifying the order. The Contractor shall acknowledge receipt of any delivery order within one working day after receipt thereof. (d) The amount for each delivery order may not be increased except when authorized by a modification to the order. (e) Unilateral Orders. Delivery orders under this contract will ordinarily be issued after both parties agree on all terms. If the parties fail to agree, the Ordering Officer may require the contractor to perform and any disagreement shall be deemed a dispute within the meaning of the "Disputes" clause. Far 52.216-18 Ordering (Oct 1995) -- Complete the blanks as follows: Such orders may be issued from Date of award through One year later; Far 52.216-19 Order Limitations (Oct 1995) -- Complete the blanks as follows: (a) Minimum order -$25.00, (b) Maximum order (1) -$55,000, (2) $200,000, (3) 3 days; Far 52.216-22 Indefinite Qty (Oct 1995) -- Complete the blanks as follows: (d) Fifty (50) days; Sealed offers in original, for furnishing the supplies required by the subject solicitation, will be received, until 2:00pm EST 151598 at: Space and Naval Warfare System Center at one of the following addresses (depending upon the method of shipment/delivery): MAILED OFFERS: PO Box 190022, North Charleston, SC 29419-9022; EXPRESS MAIL/COMMON CARRIER: Receiving Officer, SPAWARSYSCEN Charleston, 1639 Avenue `B' North, North Charleston, SC 29405-1639 (Mark For Code 1115GM; or, HAND-CARRIED OFFERS: SPAWARSYSCEN, Code 1115GM, Bldg. 3147, One Innovation Drive, Naval Weapons Station, Hanahan, SC 29406. Questions and requests for information regarding the solicitation should be directed to Gloria Myers, Contract Negotiator, at (803) 974-5934. See Note: 22. (0131)

Loren Data Corp. http://www.ld.com (SYN# 0242 19980513\58-0007.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page