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