Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Contracts Group, NAVAIRSYFCOMHQ, Bldg 441, Unit 7, 21983 Bundy Road, Patuxent River, Md 20670-1127

66 -- FASTENER LAB FATIGUE MACHINE SOL N00421-00-R-0534 DUE 072800 POC Maxine Birst, Contract Specialist,301-757-2619, Randall Johnston, Contracting Officer, 301-757-2611 E-MAIL: BirstMM@navair.navy.mil, BirstMM@navair.navy.mil. This is a modification to a previous sources sought notice under Submission Number 459790, posted 30 May 2000. The synopsis has been modified from a sole source basis to full and open competition. The requirements stated in Submission Number 459790, remain unchanged with the exception of the decibel (dB) rating. The dB requirement is hereby deleted and replaced with the following: It shall operate at less than 65-dB noise fully compensated. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for which proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-00-R-0534 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular, FAC 97-18, except for Item VII, which are effective July 7, 2000, and Items II, III, IV, which are effective August 7, 2000 and Defense Change Notice DCN 20522. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD proposes a Firm Fixed Price (FFP) Contract for this procurement. All changes to the solicitation shall be sent electronically to the Commerce Business Daily as amendments. All responsible sources solicited may submit a proposal which shall be considered. No telephone request will be accepted. This combined synopsis/solicitation will be available over the Internet in Word 6.0TM format and will reside on the NAVAIR Home Page, located on the World Wide Web (WWW). The WWW server may be accessed using client servers such as MOSAIC and NETSCAPE. The www address, or URL, for the NAVAIR Home Page is http://www.navair.navy.mil/buiness/ecommerce/ . The contract line item numbers and items are: CLIN 0001 -- Fastener Lab Fatigue Machine (1 ea.). CLIN 0002 -- Training and manuals on the proper installation, use and maintenance of the entire system is required. The offeror is required to submit evidence of validation, integration and compatibility per this announcement. CLIN 0003 -- WARRANTY -- the Contractor shall extend to the Government full coverage of any standard commercial warranty normally offered on a similar commercial sale. Acceptance of the warranty does not waive the Government's right 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 all deliverables listed in the schedule. The contractor shall deliver one (1) Fastener Lab Fatigue Machine one hundred, twenty (120) days after award of contract. Inspection and acceptance shall be made at destination. The contractor shall deliver to: NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, ATTN: RICK EPPRIGHT, (301-342-9398), BUILDING 2187, Shipping and Receiving, PATUXENT RIVER, MD 20670. FAR 52.212-1 Instructions to Offerors -- Commercial Items (MAR 2000) 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. Instead, the following information will be used for evaluation of Offerors: an award shall be made to that responsible Offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among technically acceptable proposals. To be technically acceptable, the Offeror's technical proposal must be evaluated as technically acceptable for each of the requirements listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the Offeror to provide sufficient technical literature, documentation, etc. inorder for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the Government. The Offeror shall provide backup information verifying the price offered, e.g. a copy of the current catalog or established price list, three invoices for the same equipment, etc. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each Offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2000) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 1999) is incorporated by reference and applies to this acquisition. The following clauses apply to this synopsis/solicitation and any resulting contract. Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (FEB 2000) (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); and (2) 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: for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.203-6 Restrictions on Subcontractor Sales to Government (Alternate I) (OCT 1995), 52.219-8 Utilization of Small Business Concerns (JAN 1999), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (FEB 1999), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999), 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.3332), 52.247-64 Preference for Privately Owned U.S. -- Flag Commercial Vessels (JUN 1997). Additionally, each Offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certification -- Commercial Items (NOV 1995). DFARS clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 1999) is incorporated by reference, however, for paragraph (b) only the following apply: 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582)(MAR 1998), 252.225-7007 Buy American Act -- Trade Agreements -- Balance of Payments Program (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note)(March 1998), 252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data -- Commercial Items (10 U.S.C.2320), 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C.2321)(NOV 1995), 252.243-7002 Requests for Equitable Adjustment (10U.S.C.2410)(MAR 1998). Any questions regarding this solicitation must be received by 20 July 2000. Questions may be e-mailed to: BirstMM@navair.navy.mil. No telephone or FAX questions will be accepted. Offers are due to Maxine Birst, Contract Specialist, Contracts Competency, Code 254215, NAVAIRSYSCOMHQ, Bldg. 441, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670-1463, 2:30 PM Eastern Standard Time, 28 July 2000. All responsible sources may submit a proposal, which shall be considered by the agency. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by accessing the CCR web site at http://ccr.dlsc.dla.mil or www.ccr2000.com . Posted 06/29/00 (W-SN470107). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0459 20000703\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page