|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1999 PSA#2368Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 70 -- PART NUMBER P4C-300-64, 300 MHZ POWERPC 604E, 512K L2 CACHE,
64MB DRAM 16 OF EACH. SOL N00421-99-Q-5370 DUE 062999 POC Contract
Specialist, Rhoda Hall, (301)862-8950; Contracting Officer, Dave H.
Hess, (301) 862-8957 WEB: Synopsis is available on the NAVAIR homepage.
Click, www.navair.navy.mil. E-MAIL: Click here to contact the Contract
Specialist via, HALLRG@NAVAIR.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 N00421-99- Q-5370 is issued as a request for quote
(RFQ). The incorporated document and provisions and clauses are those
in effect through Federal Acquisition Circular 97-09 and Defense
Acquisition Circular 91-13. The Government intends to purchase on a
firm fixed-price basis and to solicit and negotiate the proposed
contract on a sole source basis with SBS Technologies, 6301 Chapel Hill
Road, Raleigh, NC 27607-5115 for the part numbers listed below, under
the authority of FAR Part 6.302-1. SBS Technologies is the sole
manufacturer and distributor of the required compatible boards to the
existing system. The contract line item number and description is:
**CLIN 0001 -- Part number P4C-300-64, 300 MHZ POWERPC 604E, 512K L2
CACHE, 64MB DRAM 16 OF EACH. Award is expected to be 30 June 1999 with
an expected delivery date of 30 July 1999 FOB Destination to Receiving
Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010;
M/F: Thuy Le. 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. Offeror
shall include a completed copy of the provision at FAR 52.212-3,
OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT
1998) with its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS --
COMMERCIAL ITEMS (APR 1998) is incorporated by reference and applies
to this acquisition The following addendum is added: YEAR 2000
COMPLIANCE (OCT 1998) (a) The Contractor shall ensure that all
information technology, which will be required to perform date/time
processing involving dates subsequent to December 31, 1999, shall: (1)
be Year 2000 compliant or (2) if the Contracting Officer approves in
writing, the identified information technology will be upgraded to be
Year 2000 compliant prior to the earlier of: (i) the earliest date on
which the information technology may be required to perform date/time
processing involving dates later than December 31, 1999 or (ii)
December 31, 1999; and (3) Describe existing information that will be
used with the information technology to be acquired and identify
whether the existing information is Year 2000 compliant. (b) "Year 2000
compliant" means, with respect to information technology, that the
information technology accurately processes date/time data (including
but not limited to, calculating, comparing and sequencing) from, into,
and between the twentieth and twenty-first centuries, and the years
1999 and 2000 and lap year calculations, used in combination with the
information technology being acquired, properly exchanges date/time
data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS ([JAN
1999]*[OCT 1998]) applies to this acquisition. (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:
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: 52.222-26, Equal
Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special
Disabled Veterans and Veterans of the Vietnam Era Veterans (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 Special 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). (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** . DFARS
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF
COMMERCIAL ITEMS (OCT 1998) is incorporated by reference. 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: 252.225-7007, Buy American Act-Trade
Agreements-Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C.
2501-2518,and 19 U.S.C. 3301 note); 252.225-7036, Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program (41 U.S.C. 10a-10d, and 19 U.S.C. 3301 note). (c) In
addition to the clauses listed in paragraph (e) of 252.212-7001
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). The provision at 252.204-7004 Required Central Contractor
Registration (MAR 1998) applies to this solicitation. This notice of
intent is not a request for competitive proposals. However, responsible
interested parties may submit a proposal in which they identify their
interest and capability. Offer is due to Rhoda Hall, Contract
Specialist, Naval Air Warfare Center Aircraft Division, Building 8110,
Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern
Standard Time, 29 June 1999. All proposals received by 3:30P.M. Eastern
Standard Time 3 June 1999 will be considered by the Government solely
for the purpose of determining whether to initiate a competitive
procurement. The Government reserves the right to process the
procurement on a sole source basis based upon the responses received.
The Government will not pay for any information received. Facsimile
proposals shall be accepted. For information regarding this
solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall,
Code 254114, Tele#301-862-8950 or via e-mail: 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 (301-862-8950). **END SYNOPSIS/SOLICITATION
#N00421-99-Q-5370.** Posted 06/14/99 (W-SN342528). (0165) Loren Data Corp. http://www.ld.com (SYN# 0328 19990616\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|