|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,2000 PSA#2529Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue, Bldg.
A33, Room 0061, San Diego, CA 92152-5112 A -- ARC-210 BASED UHG LINK 11 RELAY SYSTEM SOL N66001-00-R-5030 DUE
022200 POC Vincette Versaggi (619) 553-4519 E-MAIL:
lhunt@spawar.navy.mil, versaggi@spawar.navy.mil. Commerce Business
Daily FAR Part 12 Commercial Procurement COMBINED SYNOPSIS/SOLICITATION
FOR N66001-00-R-5030 TITLE: ARC-210 BASED UHF LINK 11 RELAY SYSEMS
SOLICITATION NUMBER: N66001-99-R-5030 POC: VINCETTE VERSAGGI, CONTRACT
NEGOTIATOR (619) 553-4519 CONTRACTING OFFICER: L. HUNT DESC: 17.
DESCRIPTION/SPECIFICATIONS: This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in 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.
This solicitation number N66001-00-R-5030 is issued as a request for
proposal (RFP). The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition circular
90-37. The Standard Industrial Classification Code and Small Business
size Standard is 5046 and $5 million in annual revenue. The Department
of the Navy, Space and Naval Warfare Systems Center, San Diego,
(SPAWARSYSCEN), San Diego is looking to acquire on a firm fixed price
sole source basis contract line items as identified using
Rockwell-Collins Part Numbers: CLIN 0001, 4 ea. RT-1747D,
transceiver-HQI/II, SINCGARS, SATCOM, 8.33 khz, P/N 822-0645-006; CLIN
0002, 4 ea. 994R-X, Smart Mount, Link 11 Compatible P/N 822-0846-00X;
CLIN 0003, 4 ea. C-11898A, Control, SATCOM, NVG P/N 622-8761-007; CLIN
0004, 4 ea. AM-7526, Power Amplifier, P/N 822-0572-001; CLIN 0005, 4
ea. MT-7006, Mount, HPA, P/N 622-9465-001; CLIN 0006, 2 ea. 994R-X
Mounting Base, 19" panel for 2 ea. of the previous five items, NPN;
CLIN 0007, 1 ea. of NRE: Smart Mount Modification, 19" Mounting Base,
1 support trip, 1 Lab Demo, Documentation & System Integration/Test,
NPN; CLIN 0008, 4 ea. Lambda 50A Power Supply, NPN; CLIN 0009, 4 ea.
Pole Zero Tunable Filter; CLIN 0010, 4 ea. Pilot's Guide P/N
523-0778425; CLIN 0011, Senior Integration Engineer for support at
customers facility (Manday Rate) person must be familiar with the
design. NOTE: A STATEMENT OF WORK WILL BE PROVIDED ONLY UPON REQUEST.
ASSEMBLY AND MODIFICATIONS WILL BE PERFORMED BY THE CONTRACTOR. Note:
Specification for ARC-210 Based UHF Link 11 Relay System is: (1)
Provide the capability to relay a Link-11 UHF signal; (2) The Link-11
relay truncation shall be less than 13 msec and capable of a double
relay; (3) Transmit power 100 W; (4) Sensitivity -- 100 dBm minimum;
(5) Operating frequency band 225 to 400 MHz; (6) System shall be based
on the ARC-210 radio set; (7) Link-11 Relay shall be half duplex and
bi-directional; (8) System shall have the capability to operate at all
frequencies in the above frequency band with a minimum of 5%
separation. This capability shall be demonstrated with a minimum of
45dB isolation between the antenna systems; (9) Each radio in this
system shall have a manual control of frequency tuning; (10) This
system shall not require manual tuning of the antennas or
pre-selectors; (11) Input Power; 115 V 60 Hz single phase; (12) System
shall be installed in an electronic equipment rack with all
interconnections accomplished by the manufacturer. This rack shall
include suitable power supplies to drive all equipment shown in block
diagram that will be provided upon request (user external connections
shall be input power and 2 antenna connections); and (13) The
manufacturer shall provide power supply in rack and assembled input
power cable(s) a minimum of 8 ft. long. Delivery is required by 13 July
2000. The Provision at FAR 52.212-1, Instruction to Offerors-Commercial
Items (JUN 1999) applies to this acquisition. Offerors shall include a
completed copy of FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items (JUN 1999), with the Offer. The clauses
at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and
52.212-5, Contract Terms and Conditions Required to Implement Statues
or Executive Orders-commercial Items apply to this acquisition. FAR
52.212-5 (b)(1),(2),(3), (5), (6), (7), (8), (9), and (16) apply to
this solicitation. And the following clauses apply to this
solicitation: 52.203-6, Restrictions on subcontractor Sales to the
Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402
52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2)
and (3). 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity (E.O.11246) 52.222-35, Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)
52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793) 52.222-37, Employment Reports on Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212) 52.232-33, Payment by Electronic
Funds Transfer-Central Contractor Registration 931 U.S.C. 3332)
52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(46 U.S.C. 1241) A completed copy of DFARS 252-212-7000, Offeror
Representations and Certifications-Commercial Items (NOV 1995), and
252.225-7006 Buy American Act-Trade Agreements-Balance of
PaymentsProgram Certificate (MAR 1998) shall be provided with the
offer. DFARS 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (JAN 1999), applies to this
acquisition, and the following clauses, under paragraph (b) of DARS
Clause 252.212-7001 also apply in this acquisition: 252.225-7001, Buy
American Act and Balance of Payments Program (41 U.S.C. 10a-10d,
E.O.10582) 252-225-7007, Buy American Act-Trade Agreements-Balance of
Payments Program (41 U.S.C.10a-10d, 19 U.S.C. 2501-2518, & 19,
U.S.C.3301 note) 252-225-7012, Preference for certain Domestic
commodities 252-225-7021, Trade Agreements (19 U.S.C. 2501-2518, &19,
U.S.C. 3301 note) 252.243-7002, Certification of Requests for Equitable
Adjustment (10 U.S.C. 2410) 252.247-7024, Notification of
Transportation of Supplies by Sea (10 U.S.C. 2631) DFARS 252.225-7000,
Buy American Act-Balance of Payments Program Certificate (DEC 991) and
DFARS 252.204-7004, Required Central Contractor Registration (MAR 1998)
apply to this acquisition. Space and Naval Warfare systems Center, San
Diego intends to issue a sole source contract to Rockwell Collins, 400
Collins Road, N.E., Cedar Rapids, Iowa, 52498. The procurement is to
build two (2) complete ARC-210 based UHF Link-11 Relay Systems in
accordance with the above mentioned parts, specifications, and the
Statement of Work. Rockwell Collins is the sole developer and
manufacturer of the ARC-210 based UHF Link 11 Relay System. Note 22:
The proposed contract action is for supplies or services for which the
Government intends to solicit and negotiate with only one source under
the authority of FAR 6.302. Interested persons may identify their
interest and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for competitive
proposals. However, all proposals received within twenty (20) days
after date of publication of this synopsis will be considered by the
Government. A determination by the Government not to compete with this
proposed contract based upon responses to this notice is solely within
the discretion of the Government. Information received will normally be
considered solely for the purpose of determining whether to conduct a
competitive procurement. Posted 02/01/00 (W-SN420794). (0032) Loren Data Corp. http://www.ld.com (SYN# 0011 20000203\A-0011.SOL)
A - Research and Development Index Page
|
|