Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660

Commander, Naval Air Warfare Center, Weapons Division, Code 230000E, 521 9th Street, Point Mugu, CA 93042-5000

B -- ACQUISITION OF SPARE PARTS FOR AN/GSQ-106 VDOPS GROUND SET SOL N68936-00-RT-0124 DUE 083100 POC Tom Winans, Contract Specialist, (805) 989-1601 winanstk@navair.navy.mil, Nathan Simpson, Contracting Officer, (805) 989-1303 This is a combined synopsis/solicitation for non-developmental commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. Naval Air Warfare Center, Weapons Division, Point Mugu, CA 93042-5001 is soliciting proposals on a full and open competitive basis to award a Firm Fixed Price contract (with no option quantities) to provide spare parts for the AN/GSQ-106 VDOPS Ground Set, used to score miss distance between aerial and surface targets and a missile during live-firing test scenarios. The spare parts required were originally designed by Cartwright Electronics of Fullerton, CA. This agency has a requirement for Contract Line Item Numbers (CLINs) as follows: CLIN -- 0001, P/N -- 106971, Description -- 4903-104A BIT SYNC, QTY -- 2, Each; CLIN -- 0002, P/N -- VR-15-EM146, Description -- Receiver, QTY 1, Each; CLIN -- 0003, P/N -- D1989160, Description -- 4-BIT Digital Phase Shifter, QTY -- 1, Each; CLIN-0004, P/N -- DP-1736, Description -- Phase Shifter, QTY -- 1, Each; and CLIN-0005, P/N -- 27209010-557, Description -- S-Band Receiver, QT -- 1, Each. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation -- Commercial Items will be used. The evaluation factors in descending order of importance are: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance (see FAR 15.304). Technical capability and past performance, when combined are significantly more important than price. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with his/her offer, and also at DFAR 252.212-7000, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional clauses cited within FAR clause 52.212-5 are applicable to this acquisition, and are hereby included By Reference: 52.203-6, 52.219-4, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.225-15, and 52.232-33. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited within DFARS clause 252.212-7001 are applicable to this acquisition, and are hereby included By Reference: 252.225-7001, 252.225-7012, 252.243-7002, and 52.247-7023. DFAR 252.204-7004, Required Central Contractor Registration applies to this solicitation, therefore FAR clause 52.212-3 paragraph (b)(2), relating to TIN number, does not apply to this solicitation. DFAR 252.225-7000, Buy American Act -- Balance of Payments Program Certificate, applies to this solicitation. DFAR 252.225-7017, Prohibition on Award to Companies Owned by the People's Republic of China, applies to this solicitation. The Defense Priorities and Allocations System (DPAS) rating for this contract will be DO-C9. Delivery shall be 120 days after award of contract, with an anticipated contract award date of 9/15/00. Deliveries for all units will be FOB destination, Receiving Officer, Naval Air Station, Point Mugu, CA, with all charges for shipping and transportation pre-paid, in accordance with the clause FAR 52.247-34 titled FOB DESTINATION (NOV 1991). Mark shipment for: Commander, Code 353010E, ATTN: Sabrina Patterson, Building 513, Room 103, Naval Air Warfare Center, Weapons Division, 521 9th Street, Point Mugu, CA 93042-5001. Any questions resulting from this synopsis/solicitation must be received no later than six (6) days prior to the closing date. All responsible sources may submit a proposal, which shall be considered by the agency. Proposals (original and one copy) are due by COB 31 August 2000, by 1630, at the NAWC procurement department, which is located in Bldg. 65. The mailing address is: Commander, Code 230000E, ATTN: Tom Winans, Naval Air Warfare Center, Weapons Division, 521 9th Street, Point Mugu, CA 93042-5001. In order to hand-deliver offers, carriers must check in at the Security Office, Bldg. 3. Offerors are cautioned to leave enough time to be processed by the Security Office before entering the naval air base and traveling to Bldg. 65. A valid driver's license and evidence of vehicle registration and insurance willbe required at Bldg. 3. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. CAUTION TO OFFERORS: NO CONTRACT WILL BE AWARDED UNDER THIS SOLICITATION AT GREATER THAN REASONABLE PRICES. Posted 08/07/00 (W-SN483175). (0220)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000809\B-0009.SOL)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |


Created on August 7, 2000 by Loren Data Corp. -- info@ld.com