Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,2000 PSA#2550

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

59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N00164-00-Q-0129 DUE 031700 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 the RFQ, http://www.crane.navy.mil/supply/announce.htm. 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-0129 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 97-15 and DCN 20000210. The standard industrial code is 3669 and the business size standard is 750 employees or less. The requirement is as follows: CLIN 0001 4 Each, Power Supplies, Palomar Product's Part Number 1162800-102; CLIN 0002 5 Each Circuit Cards, Palomar Product's Part Number 1156640-3. This requirement is being issued as a sole source to Palomar Products, 23042 Arroyo Vista, Rancho St. Margarita, CA 92688. The drawings are proprietary to Palomar Products; therefore they are not available for competition. A firm fixed price contract will be awarded utilizing Simplified Acquisition Procedures. Delivery of the Audio Cards and Crew Station Units is 1 year or sooner after contract award. The Government will accept partial deliveries for items as they become available. Shipping terms are FOB Destination, NAVSURFWARCEN Division, Crane, IN with inspection and acceptance of the Power Supplies and Circuit Cards 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; 52.232-33 Mandatory Information for Electronic Funds Transfer Payment; 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; 252.225-7017 Prohibition on Award to Companies Owned by the People's Republic of China; 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; 252.204-7004 Required Central Contractor Registration; 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 announcementwithin 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 17 March 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 Posted 03/02/00 (W-SN430515). (0062)

Loren Data Corp. http://www.ld.com (SYN# 0219 20000306\59-0003.SOL)


59 - Electrical and Electronic Equipment Components Index Page