| 
 | COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000  PSA#2592
 Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 70 -- 300MHZ POWERPC 604R BOARDS SOL N00421-00-Q-0295 DUE 051700 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-0295 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 eleven 300MHz PowerPC 604R boards, on a sole
source basis with SBS Technologies, Inc. Embedded PPC Products, 5791
Van Allen Way, Carlsbad, CA 92008-7321, under the authority of FAR Part
6.302-1. These boards are to be used in the NATO Sea Sparrow Missile
System (NSSMS) Signal Data Processor (SDP) EDM units being developed by
NAWCAD. The Government's minimum requirements for this effort are a
Power 4C model 6U VMEbus Single Board Computer with a PowerPC 604R base
board, AUI to P2 controller ETHERNET, and VxWorks BITe software. The
exact 300 MHz PowerPC 604R boards manufactured by SBS Technologies must
be purchased to ensure the existing PCMCIA host bus adapter is
compatible and fits into the PowerPC board. SBS Technologies, Inc. is
the only known company that can satisfy the Government's minimum
requirement for this application. The contract line item numbers and
description are** CLIN 0001 -- 300 MHz PowerPC 604R, 512KB L2 Cache, 64
MB SDRAM, QTY of 11. The quotation along with completed representations
and certifications is due by 2:30 P.M. Eastern Standard Time on 17 May
2000. Award is expected to be 18 May 2000 with an expected delivery
date of 6 to 8 weeks ARO. Delivery will be FOB Destination to Receiving
Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010;
M/F: Thuy Le, 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 of
this 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 SBS Technologies, 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 tocomply 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) 252.225-7002, Qualifying Country
Sources As Subcontractors. (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. Quote 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 2:30
P.M. Eastern Standard Time, 17 May 2000. All quotations received by
2:30P.M. Eastern Standard Time 17 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-0295. **
Posted 05/01/00 (W-SN450157). (0122) Loren Data Corp. http://www.ld.com  (SYN# 0222 20000503\70-0003.SOL)
 70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
 | 
 |