|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 70 -- ANTARES VME BUS NTDS INTERFACE BOARDS SOL N00421-00-Q-0262 DUE
050100 POC Susan J. Denham, Contract Specialist, (301) 862-8925 E-MAIL:
click here to contact the contract specialist via,
DenhamSJ@navair.navy.mil. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in the Federal
Acquisition Regulation (FAR), Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; quotations are being requested and
a written solicitation will not be issued. Solicitation Number
N00421-00-Q-0262 is issued as a request for quote (RFQ). The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular 97-15 and Defense Federal
Acquisition Regulations Supplement Change Notice 20000316. This action
is not set aside for small business. The Government intends to
purchase on a firm fixed-price basis and to solicit and negotiate the
proposed contract for Antares VME BUS NTDS Interface Boards for the
upgrade of the AutoID system at the Naval Surface Warfare Center, Port.
Hueneme Division DAM NECK Detachment on a sole source basis with
VISICOM Laboratories, Inc., 10052Mesa Ridge Court, San Diego, CA 92121
for the part numbers listed below, under the authority of FAR Part
6.302-1. VISICOM Laboratories, Inc. possesses sole proprietary rights
to the manufacture and distribution of this product at the present
time. The Antares VME NTDS Type A, B, and E boards are the only boards
that meet the Government's minimum requirements for the upgrade of the
existing AutoID system configuration. The following chart provides
mandatory capabilities the interface boards must possess for this
particular application: VMEBUS: DTB Master A32/24: D32/16, jumper
selectable Requestor R(0-3) RWD, jumper selectable Bus Timer BTO (102
usec) DTB Slave A32/24/16:D32/16, jumper selectable Interrupter I
(1-7), jumper selectable Size 160 mm x 233 mm, single slot (20.3)
Operating 10 C -- 50 C, 90% Relative humidity non-condensing Storage
-25 C -- 85 C, 90% Relative humidity non-condensing "M" Operating -25
C -- 80 C, 95% Relative humidity non-condensing "M" Storage -55 C --
125, 95% Relative humidity non-condensing NTDS: Interface Type
MIL-STD-1397B Type A, B, C, D, E, F, and H available Word Size
Programmable 16- or 32 bit DMA transfers Mode Programmable Mode --
Category I, II, or III The contract line item numbers and description
are** CLIN 0001 -- ANTARES 4001 NTDS TYPE A/B/C (P/N: 530-2207-001),
QTY OF 5. The quotation along with completed representations and
certifications is due by 01 May 2000. Award is expected to be 02 May
2000 with an expected delivery date of 26 June 2000. FOB Destination to
Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD
20684-0010; M/F: Denny Mai, Code 4.5.8.2.3. Inspection and acceptance
shall be made at destination. The contractor shall extend to the
Government full coverage of any standard commercial warranty normally
offered in a similar commercial sale. Acceptance of the warranty does
not waive the Government's rights under the Inspection clause, nor does
it limit the Government's rights with regard to the other terms and
conditions ofthis contract. In the event of a conflict the terms and
conditions of the contract shall take precedence over the warranty. The
warranty period shall begin upon final acceptance of the applicable
deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO
OFFERORS -- COMMERCIAL ITEMS (NOV 1999) is incorporated by reference
and applies to this acquisition. The provision at 52.212-2
EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this
acquisition. The Government will evaluate VISICOM Laboratories, Inc.'s
quotation for fairness and reasonableness in accordance with
simplified procedures as defined in FAR Part 13 prior to making an
award. The offeror shall provide back-up information that verifies the
price offered. This could consist of a copy of the current catalog or
price list; invoices from previous sales of the identical item(s);
etc. Offeror shall include a completed copy of the provision at FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I --
COMMERCIAL (FEB 2000) with its quotation. FAR 52.212-4 CONTRACT TERMS
AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) is incorporated by
reference and applies to this acquisition. The following addendum is
added: YEAR 2000 COMPLIANCE (OCT 1998) (a) The Contractor shall ensure
that all information technology, which will be required to perform
date/time processing involving dates subsequent to December 31, 1999,
shall: (1) be Year 2000 compliant or (2) if the Contracting Officer
approves in writing, the identified information technology will be
upgraded to be Year 2000 compliant prior to the earlier of: (I) the
earliest date on which the information technology may be required to
perform date/time processing involving dates later than December 31,
1999 or (ii) December 31, 1999; and (3) Describe existing information
that will be used with the information technology to be acquired and
identify whether the existing information is Year 2000 compliant. (b)
"Year 2000 compliant" means, with respect to information technology,
that the information technology accurately processes date/time data
(including but not limited to, calculating, comparing and sequencing)
from, into, and between the twentieth and twenty-first centuries, and
the years 1999 and 2000 and lap year calculations, used in combination
with the information technology being acquired, properly exchanges
date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS
(FEB 2000) applies to this acquisition. (a) The Contractor agrees to
comply with the following FAR clauses, which are incorporated in this
contract by reference, to implement provisions of law or executive
orders applicable to acquisitions of commercial items: (1) 52.222-3,
Convict Labor (E.O. 11755); (2) 52.225-13, Restriction on Certain
Foreign Purchase (E.O.'s 12722, 12724, 13059; and (3) 52.233-3, Protest
After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with
the FAR clauses in this paragraph (b) which the contracting officer has
indicated as being incorporated in this contract by reference to
implement provisions of law or executive orders applicable to
acquisitions of commercial items or components: (1) 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C 2402); (2) 52.222-21, Prohibited
Segregated Facilities (FEB 1999); (3) 52.222-26, Equal Opportunity
(E.O. 11246); (4) 52.222-35, Affirmative Action for Special Disabled
Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (5)
52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793); (6) 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era (38 U.S.C. 4212); (7) 52.232-33,
Payment by Electronic Funds Transfer-Central Contractor Registration
(31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses
in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is
not required to include any FAR clause, other than those listed below
(and as may be required by an addenda to this paragraph to establish
the reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components-(1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3)
52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged
Commercial Vessels (46 U.S.C. 1241) (flow down not required for
subcontracts awarded beginning May 1, 1996). **End of clause** DFARS
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF
COMMERCIAL ITEMS (MAR 2000) is incorporated by reference. The
Contractor agrees to comply with the following list of DFARS clauses,
which are included in this solicitation by reference to implement
provisions of law or Executive Orders applicable to acquisitions of
commercial items or components: (1) 252.225-7001, Buy American Act and
Balance or Payment Program (41 U.S.C. 10a,-10d, E.O. 10582); (2)
252.225-7012, Preference for Certain Domestic Commodities; (3)
252,243-7002, Certification of Requests for Equitable Adjustment (10
U.S.C. 2410). (c) In addition to the clauses listed in paragraph (e) of
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items clause of this
contract, the Contractor shall include the terms of the following
clause, if applicable, in subcontracts for commercial items or
commercial components, awarded at any tier under this contract:
252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10
U.S.C. 2241 note). The provision at 252.204-7004 Required Central
Contractor Registration (MAR 2000) applies to this solicitation. THIS
NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. However,
responsible interested parties may submit a quotation in which they
identify their interest and capability. Offer is due to Susan Denham,
Contract Specialist, Naval Air Warfare Center Aircraft Division,
Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30
P.M. Eastern Standard Time, 01 May 2000. All quotations received by
3:30P.M. Eastern Standard Time 01 May 2000 will be considered by the
Government solely for the purpose of determining whether to initiate a
competitive procurement. The Government reserves the right to process
the procurement on a sole source basis based upon the responses
received. The Government will not pay for any information received.
Facsimile quotations shall be accepted. For information regarding this
solicitation or copies of FAR provision 52.212-3 contact Susan Denham,
Code 254113, Tele#301-862-8925 or via e-mail. If an offeror is not able
to contact the Contracting Office via e-mail, please fax
correspondence/requests to the point of contact above @ facsimile
(301-862-8670). **END SYNOPSIS/SOLICITATION #N00421-00-Q-0262. **
Posted 04/13/00 (W-SN444514). (0104) Loren Data Corp. http://www.ld.com (SYN# 0330 20000417\70-0005.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|