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