Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1999 PSA#2405

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N00164-99-Q-0242 DUE 082399 POC Diane Pearson, Code 1163W7, 812-854-5201, Luann Shelton, Contracting Officer WEB: click here for the Crane Division Acquisition Home, http://www.crane.navy.mil/supply/announce.htm. E-MAIL: click here for point of contact, pearson_d@crane.navy.mil. This is an Electronic Synopsis/Solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A Written Solicitation Will Not Be Issued. Solicitation # N00164-99-Q-0242 applies and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12 and Defense Acquisition Circular 91-13. The standard industrial code is 3669 and the business size standard is 750 employees or less. The US Navy has a requirement for 1 each Ruggedized Video Matrix, Rieco, Incorporated Part Number SME-2432K-0001. Reico, Incorporated is the original equipment manufacturer of the material which will be utilized on the EP/ES 3 Aircraft. Level III drawings are not available to allow for competition; therefore the requirement is being sole sourced to Reico. Inspection and acceptance of the monitors will be made by DCMC at the contractor's facility. A firm fixed price contract will be awarded utilizing Simplified Acquisition Procedures. Delivery is required 6 8 weeks after contract award, FOB Destination, NAVSURFWARCEN Division, Crane, IN with inspection and acceptance at destination. FAR Part 12 procedures will not apply. All responsible sources may submit an offer with will be considered by the agency. The following provisions apply to this acquisition: 52.203-3 Gratuities; 52.222-25 Affirmative Action Compliance [FILL-IN]; 52.222-26 Equal Opportunity; 52.232-1 Payments, 52.233-1 Disputes; 252.243-7001 Pricing of Contract Modifications; 52.246-1 Contractor Inspection Requirements; 52.252-2 Solicitation Provisions Incorporated by Reference; 52.219-1 Small Business Program Representations [FILL-IN]; 52.232-23 Alt I Assignment of Claims; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-11 Restrictions on Certain Foreign Purchases; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7009 Duty-Free entry Qualifying Country End Products and Supplies; 52.232-8 Discounts for Prompt Payment; 52.204-3 Taxpayer Identification [FILL-IN]; 52.207-4 Economic Purchase Quantity-Supplies [FILL-IN]; 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 52.222-21 Certification of Nonsegregated Facilities; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.211-5 Material Requirements; 52.246-16 Responsibility for Supplies; 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form); 52.225-3 Buy American Act-Supplies; 52.233-3 Protest after Award; 52.222-20 Walsh-Healey Public Contracts Act; 52.222-22 Previous Contracts and Compliance Reports; 52.243-1 Alt I Changes-Fixed-Price; 52.211-14 Notice of Priority Rating for National Defense Use; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 252.246-7000 Material Inspection and Receiving Report; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.249-8 Default (Fixed-Price Supply and Service); 52.232-25 Prompt Payment; 52.247-34 F.O.B. Destination; Business. SPECIAL NOTE The Director, Defense Procurement has revised DFARS to require contractors to be registered in the Central Contractor Registration (CCR) as a condition for receipt of contract award effective 1 June 1998. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or vial the Internet at http://ccr.edi.disa.mil. For further detains regarding the requirements of CCR, offerors are advised to review the requirements of DFAR 252.204-7004 contained herein. 252.204-7004 Required Central Contractor Registration. [As prescribed in 204.703], use the following clause: Required Central Contractor Registration (MAR 98) (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR database means the primary DOD repository for contractor information required to the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4(DUNS+4) number means the DUNS number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying sub-units or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the DUNS+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide it DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The Contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. All responsible sources may submit an offer with will be considered by the agency. Quotations and the above required information must be received at the above contact point in this office on or before 23 August 99 at 12:00 PM (Noon) Eastern Standard Time. Inquiries may be submitted to Diane L. Pearson via e-mail at pearson_d@crane.navy.mil or fax number 812-854-3805. Posted 08/05/99 (W-SN363763). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0405 19990809\59-0011.SOL)


59 - Electrical and Electronic Equipment Components Index Page