|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 58 -- COMMUNICATION, DETECTION, AND COHERENT RADIATION EQUIPMENT SOL
DTCG38-99-R-200005 DUE 091499 POC Contact David Burgess, Contract
Specialist, (252)335-6494 or Elissa Gill, Contracting
Officer,(252)335-6141 E-MAIL: David Burgess, Contract Specialist,
DSBurgess@arsc.uscg.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in 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 DTCG38-99-R-200005 is issued as a Request for
Proposal (RFP). This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-12. The applicable Standard Industrial Classification (SIC) Code is
3812. The small business size standard is 750 employees. This
acquisition has been designated unrestricted. The Government intends to
negotiate on a sole source basis with Wescam, Inc., Flamborough,
Ontario, Canada under the authority of FAR 6.302-1. The US Coast Guard
requires compatible accessories, installation, training and
maintenance services in support of Wescam Dual Sensor
(Infrared/Daylight) Cameras, P/N 12DS-C1/D1-3FOV-N as follow: Item 1,
SmartLink Interface Unit, NSN 5841-01-HS1-4151, P/N SIU-800-G, 3 ea;
Item 2, Hand Controller w/ 6' Cable, NSN 5841-01-HS1-4152, P/N HC-12DS,
3 ea; Item 3, GPS Interface with Aircraft 1553 Data Bus (Circuit card
installed within SIU-800 in Item 1), NSN 5841-01-HS1-4154, P/N AC-MIL
1553; 3 ea; Item 4, NVG Compatibility Filter for LCD10, NSN
5841-01-HS1-4157, P/N NVG, 3 ea; Item 5, Control Cable, 19'7", in
accordance with (IAW) with paragraph 3.1.1 of the Statement of Work
(SOW), 3 ea; Item 6, Auto Tracker, IAW paragraph 3.1.2 of the SOW, 3
ea; Item 7, 10" LCD Multi-Functional Display, IAW paragraph 3.1.3 of
the SOW, 3 ea; Item 8, Microwave Data Link, IAW paragraph 3.1.4 of the
SOW, 1 ea; Item 9, Microwave Base Station, IAW paragraph 3.1.5 of the
SOW, 1 ea; Item 10, SIU-800-G Mounting Tray, IAW paragraph 3.2.1 of
the SOW, 3 ea; Item 11, 1553 Data Bus Interface, IAW paragraph 3.2.2 of
the SOW, 3 ea; Item 12, FLIR/EO Ball Mounting Scheme, IAW paragraph
3.2.3 of the SOW, 3 ea; Item 13, WESCAM Model 12DS-200 GSA P/N
12DS-CI/DI-3FOV-N Camera Training, IAW paragraph 4.1.1 of the SOW, 1
LO; Item 14, Microwave Data Link Training, IAW paragraph 4.1.2 of the
SOW, 1 LO; Item 15, FLIR System Operation Support, IAW paragraph 5.1.1
of the SOW, 1 LO; Item 16, Microwave Data Link System Support, IAW
paragraph 5.1.2 of the SOW, 1 LO; Item 17, Maintenance Support, IAW
paragraph 5.1.3 of the SOW, 24 mo, Item 18, Maintenance Support Plan,
IAW paragraph 6.1 of the SOW, 1 ea; Item 19, System Documentation, IAW
paragraph 6.2 of the SOW, 3 ea. A copy of the Statement of Work may be
obtained by contacting David Burgess, Contract Specialist at (252)
335-6494. Award of a firm-fixed-price contract (on an all or nothing
basis) is contemplated. Award will be made to the offeror proposing the
best value to the Government considering technical acceptability,
price, delivery, and past performance. Drawings or specifications are
not available, except where noted, and cannot be furnished by the
Government. Delivery to USCG Aircraft Repair and Supply Center,
Elizabeth City, North Carolina, 27909-5001. Request proposals be
submitted on an f.o.b. destination basis. Delivery schedule is as
follows: Items 1 7 and 10-12, one each shall be delivered with the
Wescam MODEL 12DS200 GSA P/N 12DS-C1/D1-3FOV-N (FLIR system) on or
before 30 September 1999, one each on or before 30 October 1999, and
one each on or before 30 November 1999. Items 8 and 9 shall be
delivered by 30 October 1999. Item 13 shall be provided within 14
calendar days after acceptance of the first FLIR system. Items 14 and
16 shall be delivered within 14 calendar days of notification from the
COTR. Item 15 shall be delivered within 30 calendar days after
acceptance of the first FLIR system. Item 17 shall be provided for the
duration of 2 years after acceptance of the first FLIR system. Item 18
shall be delivered within 14 calendar days of contract award. Item 19
shall be delivered with each complete FLIR system. Packaging, packing,
and preservation shall be in accordance with best commercial practices
to enable shipment to destination and transshipment to Coast Guard
units without repacking or incurring damage during shipment and
handling. Material shall be marked in accordance with MIL-STD-129M,
Marking for Shipment and Storage, dated 15 Jun 93. Labeling shall
include the appropriate National Stock Number, Part Number,
Nomenclature, Quantity, Contract and Line Item Number. Labeling data
shall be attached to the outside of the shipping container. Bar coding
is not required. The contractor shall furnish a Certificate of
Conformance in accordance with Federal Acquisition Regulation (FAR)
clause 52.246-15. Certificate of Conformance must be submitted in the
format specified in the clause. Final inspection and acceptance will be
performed at destination by receiving personnel. The following FAR
Subpart 12 provisions and clauses are incorporated by reference:
52.212-1 Instructions to Offerors Commercial (Jun 99); 52.212-3 Offeror
Representations and Certifications Commercial Items (Jun 99). The
offeror shall submit completed representations and certifications with
their offer. 52.212-4 Contract Terms and Conditions Commercial Items
(May 99), with the following included by addendum: 52.204-6 Data
Universal Numbering System (DUNS) Number (Jun 99), 52.211-14 Notice of
Priority Rating for National Defense Use (Sep 90) DO rated, 52.211-15
Defense Priority and Allocation Requirements (Sep 90), 52.211-17
Delivery of Excess Quantities (Sep 89), 52.219-16 Liquidated Damages --
Subcontracting Plan (Jan 99), 52.225-10 Duty-Free Entry (Apr 84) (Note:
The Coast Guard is not accorded duty free entry for the solicited
items), 52.225-11 Restrictions on Certain Foreign Products (Aug 98),
52.246-15 Certificate of Conformance (Apr 84), 52.247-34 and F.o.b.
Destination (Nov 91); 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Commercial Items (May 99)
(applicable paragraphs are (b) (1), (5), (11)-(16) and (23); 52.252-2
Clauses Incorporated by Reference (Feb 98). The full text of a clause
may be accessed electronically via Internet at
http://www.deskbook.osd.mil. The Defense Priorities and Allocations
System assigned rating is DO-A1. Point of contact is David Burgess,
(252) 335-6494, fax (252) 334-5240. Closing date/time for submission of
proposals is 14 Sep 1999 at 3:00 P.M. EDT. Submit to USCG Aircraft
Repair and Supply Center, H65 Product Line (Building 75), Elizabeth
City, NC 27909-5001, Attn: David Burgess. All responsible sources may
submit an offer, which will be considered. Offers may be submitted on
company letterhead stationery indicating the line item number,
nomenclature and part number (as applicable) and unit price. See Note
22. Minority, Women-Owned and Disadvantaged Business Enterprises
(DBEs)! The Department of Transportation (DOT), Short-Term Lending
Program (STLP) offers working capital financing in the form of lines of
credit to finance accounts receivable for transportation related
contracts. The maximum line of credit is $500,000 with interest at the
prime rate. For further information call (800) 532-1169. The Internet
address is http://osdbuweb.dot.gov.***** Posted 08/31/99 (W-SN374854).
(0243) Loren Data Corp. http://www.ld.com (SYN# 0252 19990902\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|