Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1999 PSA#2450

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

59 -- CABLE ASSEMBLIES SOL N00164-00-Q-0003 DUE 101899 POC Ms. Diane Pearson, code 1163W7, telephone 812-854-5201, FAX 812-854-3805; Ms. Luann Shelton, Contractig Officer WEB: click here to download copy of RFQ, http://www.crane.navy.mil/supply. E-MAIL: click here to contact via e-mail, 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 #: N00164-00-Q-0003 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 97-13 and Defense Acquisition Circular 91-13. The standard industrial code is 3357 and the business size standard is 1000 employees or less. The requirement is as follows: CLIN 0001 Cable Assemblies, quantity 50 each, WL Gore Drawing Number 3128AS273-014 REV M; CLIN 0002 Cable Assemblies, WL Gore Drawing Number 3128AS273-015 REV M, quantity 50 each. There is no Level III drawing package available for competition purposes. Cables are for the AN/ALQ65, (ASPJ), which is an airborne self-protection jamming system. Afirm 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 The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Quotations and the above required information must be received at the above contact point in this office on or before 18 October 00 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. Numbered Note 26 applies. Posted 10/05/99 (W-SN389033). (0278)

Loren Data Corp. http://www.ld.com (SYN# 0229 19991007\59-0006.SOL)


59 - Electrical and Electronic Equipment Components Index Page