Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1998 PSA#2143

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse Road, Bldg 2272, Patuxent River, MD 20670-1547

16 -- RUGGEDIZED HIGH RESOLUTION DISPLAYS FOR AN/TSQ-142(V5/6) SOL N00019-98-R-0031 DUE 081498 POC Contact: Michael Mumford, Phone (301) 757-7074 E-MAIL: mumfordm.jfk@navair.navy.mil, mumfordm.jfk@navair.navy.mil. 1. 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. This solicitation, N00019-98-R-0031, is issued as a request for proposal. Solicitation N00019-98-R-0031 incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. This solicitation is set aside for entities classified as small businesses by the Small Business Association. In accordance with FAR 12.207 and 13.302, the anticipated award will be a fixed-price purchase order. The supplies to be purchased in the purchase order resultant to this solicitation are as follows: ITEM SUPPLIES OR SERVICES QTY UNIT 0001 Ruggedized Rack Mounted Color Monitor with Shield 12 EA 0002 Spare Kit for 0001 1 EA The following description is provided for items 0001 and 0002, and will be used when judging the technical portion of the AN/TSQ-142 (v5/6) replacement monitor proposals: ITEM 0001 -- Ruggedized Rack Mounted Color Monitor with Shield (minimum requirements) 1. 19" Diagonal CRT Display a. 1280x1024 Resolution, b. 0.28 mm dot pitch, c. Full 15-90Khz Horizontal Scan Frequency, d. Standard RBG input with SYNC combined on green signal, e. Manual and Automatic DeGauss function, f. Control for Power, Contrast, Calibration, Brightness and Degauss on the front of the monitor, g. BNC video input, h. 110VAC power, i. Rear panel accessible functional modules, j. functional replaceable modules to include: 1)deflection output, 2) microprocessor control, 3) video amplifier, 4) power supply; 2. Rack-mountable CRT case; 3. EMI shield enclosure for shipboard operations (i.e. Mu-metal); 4. Outside dimensions with Electromagnetic Interference (EMI) shield and rack-mount installed a. 19" Width b. 15.72" +/- .03" Height c. 21.5" +/- 1.0" Depth. ITEM 0002 -- Spares kit for 0001 1. All functional replaceable modules as specified in ITEM 0001 J. The supplies purchased resultant to this solicitation shall be delivered FOB destination 60 days after receipt of order to the following destination: PRB Associates, Attn: Ms. Sue Batterson, 43865 Airport View Drive, Hollywood, MD 20636. The following FAR provisions are applicable to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL; FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS. 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, price and other factors considered. The following factors shall be used to evaluate offers: (a) technical capability (b) price (c)delivery schedule (d) past performance -- Please provide three references and a point of contact and phone number for each. In accordance with FAR 15.304, the relative importance of the evaluation criteria isas follows: (a) Technical capability is more important than price (b) Price is more important than delivery schedule. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. Under the authority of FAR 52.212-5, the following clauses are incorporated by reference: FAR 52.222-26 EQUAL OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE ACTIONS FOR WORKERS WITH DISABILITIES, FAR 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.232-1 PAYMENTS; FAR 52.233-1 DISPUTES; FAR 52.243-1 CHANGES FIXED-PRICE; FAR 52.246-1 CONTRACTOR INSPECTION REQUIREMENTS; FAR 52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (SHORT FORM); FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE; DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITION OF COMMERCIAL ITEMS. (a) The contractor agrees to comply with the Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.247-7023, Transportation of Supplies by sea, which is included in this contract by reference to implement 10 USC 2631. (b) The contractor agrees to comply with any clause that is checked on the following list of DFARS clauses which, if checked, is included in this contract by reference to implement provisions of the law or Executive Order applicable to the acquisition of commercial items or components. ___252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS,___252.206-7000 DOMESTIC SOURCE RESTRICTION, X 252.219-7001 NOTICE OF PARTIAL SMALL BUSINESS SET-ASIDE WITH PREFERENTIAL CONSIDERATION FOR SMALL DISADVANTAGED BUSINESS CONCERNS, ___252.219-7002 NOTICE OF SMALL DISADVANTAGED BUSINESS SET-ASIDE, ___252.219-7003 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS SUBCONTRACTING PLAN, ___252.219-7005 INCENTIVE FOR SUBCONTRACTING WITH SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, HISTORICALLY BLACK COLLEGES AND UNIVERSITIES AND MINORITY INSTITUTIONS, ___252.219-7006 NOTICE OF EVALUATION PREFERNCES FOR SMALL DISADVANTAGED BUSINESS CONCERNS, X 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAM, ___252.225-7007 BUY AMERICAN ACT -- TRADE AGREEMENT -- BALANCE OF PAYMENTS PROGRAM, ___252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES, ___252.225-7014 PREFERENCE FOR DOMESTIC SPECIALTY METALS, ___252.225-7015 PREFERENCE FOR DOMESTIC HAND OR MEASURING TOOLS, ___252.225-7021 TRADE AGREEMENTS, ___252.225-7027 RESTRICTION ON CONTINGENT FEES FOR FOREIGN MILITARY SALES, ___252.225-7028 EXCLUSIONARY POLICIES AND PRACTICES OF FOREIGN GOVERNMENTS, ___252.225-7029 RESTRICTION ON ACQUISITION OF AIR CIRCUIT BREAKERS, ___252.225-7036 BUY AMERICAN ACT-NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT- BALANCE OF PAYMENT PROGRAM, ___252.227-7015 TECHNICAL DATA -- COMMERCIAL ITEMS, ___252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA, ___252.243-7002 CERTIFICATION OF REQUESTS FOR EQUITABLE ADJUSTMENTS, ___252.247-7024 NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA; DFARS 252.225-7000 BUY AMERICAN ACT -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE; DFARS 252.225-7006 BUY AMERICAN ACT -- TRADE AGREEMENTS -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE; DFARS 252.243-7001 PRICING OF CONTRACT MODIFICATIONS. Offers are due to Naval Air Systems Command, Attention AIR 2.2.1.2.7 Michael Mumford, 47123 Buse Road, Unit IPT Suite 453, Patuxent River, MD 20670-1547 by 2:00 PM (EST) 14 August 1998. NAVAIR Synopsis # 20144-98. Posted 07/21/98 (W-SN226211). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0254 19980723\16-0011.SOL)


16 - Aircraft Components and Accessories Index Page