Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1999 PSA#2452

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

59 -- RADIO FREQUENCY SWITCH SOL N00164-00-Q-0001 DUE 102199 POC Ms. Diane Pearson, Code 1163W7, telephone 812-854-5201, FAX 812-854-3805; Ms.Luann Shelton, Contracting Officer WEB: click here to download copy of RFQ, http://www.crane.navy.mil. E-MAIL: click here to contact via e-mail, pearson_d@crane.navy.mil. This is a Combined 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-0001 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 3825 and the business size standard is 500 employees or less. This requirement is as follows. Line item 0001: Description: 275 Each Radio Frequency Switch, fabrication in accordance with Naval Air Systems Command drawing number 802027107215 which is available for downloading @ www.crane.navy.mil/supply. Quantity 10 each will be required for testing /specification compliance prior to shipment of remaining 265 each if company has not previously manufactured these Radio Frequency Switches. The Government will require 15 days for testing/specification compliance. Shipping terms shall be F.O.B. Destination with inspection and acceptance at NAVSURFWARCENDIV CRANE. The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors. The offers will be evaluated on the following factors: Technical specification compliance, past performance and price. Technical specification compliance and past performance are equal, and when taken together are significantly more important than price. The Contractor shall provide past performance for same/similar products/specification with other Government Agencies, public or local Government for the past three years. All responsible sources may submit an offer, which will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded based on Simplified Acquisition Procedures (SAP). In SAP, this procurement is reserved for Small Business concerns. Award will be made based on all or none. 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 21 October 99 at 12:00 PM (Noon) Eastern Standard Time. Posted 10/07/99 (W-SN389955). (0280)

Loren Data Corp. http://www.ld.com (SYN# 0214 19991012\59-0005.SOL)


59 - Electrical and Electronic Equipment Components Index Page