Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1998 PSA#2161

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

61 -- RANTEC COTS MODULES FOR A DC POWER DISTRIBUTION SYSTEM SOL N00421-98-R-1275 DUE 090398 POC Jeff McDermott 301-862-8928, Annette Steffen 301-862-8982 WEB: Synopsis/Solicitation is available on the NAVAIR homepage., www.navair.navy.mil. E-MAIL: Click here to contact the Contract Specialist., mcdermott_jeff%si@mr.nawcad.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. Solicitation Number N00421-98-R-1275 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. This action is not set aside for small businesses. The applicable SIC is 3629 and the small business size standard is 500 employees. The Government intends to award a firm fixed-price, Brand Name Mandatory contract for the RANTEC Microwave and Electronics, Inc. part numbers listed below, under the authority of FAR Part 6.302-1. RANTEC is the sole qualified supplier of this equipment at the present time. Interested parties shall submit their proposals as stated below. No substitutions for the following RANTEC part numbers shall be accepted. The contract line item numbers and items are: **CLIN 0001 -- RANTEC Model 2102, 12VDC, P/N: 1000530-004 (4 each). **CLIN 0002 -- RANTEC Model PC300-1-240-02, 12VDC, P/N: 23743 (14 each). **CLIN 0003 -- RANTEC Model PC300-1-240-03, 15VDC, P/N: 23744 (20 each). **CLIN 0004 -- RANTEC Model HDA1-1000-02, 360VDC, P/N: 23748 (17 each). **CLIN 0005 -- RANTEC Model PC300-1-200-02, 5VDC, P/N: 23752 (8 each). The Commercial Off-the-Shelf (COTS) Modules listed above make up a DC power distribution system required to support production of the Product Improvement Program (PIP) Field Change Kits designed for the AN/SPN-46(V)1 Automatic Carrier Landing Systems. The contractor shall deliver CLIN 0001 -- CLIN 0005 to: Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: M.L. Leopold, Code 4.5.8.1.1; by 01 February 1998 (with an anticipated award date by 15 September 1998). Inspection and acceptance shall be made at destination. 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 rights under the Inspection clause, nor does it limit the Government's rights 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 final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation -- Commercial Items (OCT 1997) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc.. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall resultin a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (JAN 1997) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (APR 1998) is incorporated by reference and applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JUN 1998). (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d) (2) and (3)); 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-18, European Union Sanction for End Products (E.O. 12849). 52.247-64, Preference for Privately Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminatedshall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components— (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). **(End of clause)** Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ([OCT] 1998). (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 solicitation by reference to implement 10 U.S.C. 2631. (b) The Contractor agrees to comply with the following list of DFARS clauses which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components. 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7012 Preference for Certain Domestic Commodities. 252.227-7015 Technical Data -- Commercial Items (10 U.S.C. 2320). 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321). 252.243-7002 Certification of Requests for Equitable Adjustment (10 U.S.C. 2410). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). **(End of clause)** Offers are due to Jeff McDermott, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 03 September 1998. All responsible sources may submit a proposal which shall be considered by the agency. Facsimile proposals shall not be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFARS provision 252-212-7000, contact Jeff McDermott, Code 254113, via e-mail: mcdermott_jeff%si@mr.nawcad.navy.mil .. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-8928). **END SYNOPSIS/SOLICITATION #N00421-98-R-1275.** Posted 08/14/98 (W-SN237415). (0226)

Loren Data Corp. http://www.ld.com (SYN# 0322 19980818\61-0004.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page