Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390

Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

58 -- SURFACE NAVY INTERATCTIVE CDROM SOL N00164-99-R-0119 DUE 080399 POC Ms. Kathy King, 812-854-3734, FAX 812-854-5666, D. A. Frick, Contracting Officer WEB: Click here to download the Statement of Work and CDRLs, http://www.crane.navy.mil. E-MAIL: Click here to reach POC, king_k@crane.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation will be available only on the internet at http://www.crane.navy.mil. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The statement of work (SOW) and the Contract Data Requirements Lists (CDRLs) can also be found at the above website. This acquisition is being issued as a request for proposals and it is anticipated that award will be made as a firm fixed priced indefinite delivery/indefinite quantity contract. The solicitation document and incorporated provisions and clauses are those in effct through Feder Acquisition Circular 97-12. Proposals shall be submitted for the following CLINs and subclins: CLIN 0001: Surface Navy Interactive CDROM providing information and guidance on Night Vision Equipment capcbilities, functions, theory of operation, troubleshooting, maintenance, and performance in accordance with the SOW. Ten (10) copies of the CDROM shall be provided for each lot ordered. SubCLIN 0001AA: one (1) lot of Basic in accordance with paragraphs 1.0 thru 3.6.5 of the SOW. SubCLIN 0001AB: one (1) lot of Laser Range Finder Upgrade in accordance with paragraphs 4.1 thru 4.1.3 of the SOW. 0001AC: one (1) lot of Mission Planning Upgrade in accordance with paragraphs 4.2 thru 4.2.16 of the SOW. CLIN 0002: Data as specified in DD Form 1423-1, NSP. Pricing is only at the subCLIN level. The minimum quantity consists of one (1) lot of CLIN 0001AA and one (1) lot of CLIN 0002 and the maximum quantity also includes one (1) lot of CLIN 0001AB and one (1) lot of CLIN 0001AC. Delivery for all CLINs and subCLINs is FOB Destination NSWC Crane 300 Highway 361, Crane, IN 47522-5001. Required delivery of subCLIN 0001AA, the alpha release extended with the presentation player is within 120 days after issuance of the first delivery order. Government comments will be delivered to the contractor within 30 days after receipt of the submission from the contractor, and final delivery to the Government will be no later than (NLT) 180 after issuance of the first delivery order. Required delivery of subCLINs 0001AB and 0001AC is within 120 days after issuance of a delivery order. Government comments will be delivered to the contractor within 30 days after receipt of the submission from the contractor, and final delivery to the Government will be no later than (NLT) 180 after issuance of that delivery order. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. The following clauses are applicable to this procurement, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms & conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.203-6 Restrictions on subcontractor Sales to the government, Alt I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-14 Limitations on Subcontracting, 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, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 252.212-7001 Contract Terms & Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.233-7000 Certification of Claims and Requests for Adjustment or Relief, 52.203-03 Gratuities, 52.212-2 Evaluation -- Commercial Items. This action has a Defense Priority Allocation rating of DO. If a change occurs in this requirement, only those offerors who respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written or electronic proposals and the above required information must be received at this office on or before 03 AUG 1999 at 3:00 PM Eastern Standard Time. Facsimile quotes are not acceptable. POC for information regarding this requirement is Ms. D. A. Frick, telephone 812-854-3707, fax 812-854-5666, or e-mail frick_d@crane.navy.mil. Although contract award is anticipated to be made on the basisof lowest quoted price meeting all the above terms and conditions, including meeting or exceeding all technical requirements, the Government may also evaluate offerors' performance on previous Government or commercial contracts for similar products. In the event substantive differences exist among offerors' past performances, the Government reserves the right to displace lower priced proposals in favor of a offeror with substantially superior past performance. This procurement is a 100% small business set aside. See numbered Note 1. All responsible offerors may submit an offer which shall be considered. Posted 07/14/99 (W-SN353963). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0718 19990719\58-0006.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page