Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

95 -- CUSTOMIZED VME CHASSIS

Notice Date
August 30, 2000
Contracting Office
Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando FL 32826-3275
ZIP Code
32826-3275
Solicitation Number
N61339-00-T-0147
Response Due
September 21, 2000
Point of Contact
Selina Vik 407 380-4505
E-Mail Address
Contracting Officer is Maria Maldonado maldonadomd@navair.navy.mil (viksg@navair.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 N61339-00-T- 0147 is issued as a request for quotation (RFQ). All references to "offers" are understood to be "quotations". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The Government intends to award this quotation on a sole source basis to Advanced Processing Laboratories, Inc. (AP Labs) at 5871 Oberlin Drive, San Diego, California 92121. The standard industrial classification code is 3499 and the small business size standard is 500. The following items are required: Item 0001 -- Customized FS-1120 chassis mounted in a ruggedized rack case with removable casters. Case outer dimensions to be approximately 27"w x 24"h x 33.5"d, excluding removable casters. Case to have removable front and rear covers for easy access to front door and rear I/O panel. The FS-1120 chassis is a baseline version with no Battle Force Tactical Trainer (BFTT) specific modifications. This is the same basic chassis as used in the BFTT 2000 configuration. The chassis has 12 VME slots, front access to 2 peripherals and a standard 800 watt power supply, AP Labs part number FS-1120-3-9145-001, Quantity -- 3 each. Item 0002 -- Non-recurring engineering to design and document a customized chassis and a custom I/O design with silkscreen , AP Labs part number AP-9145-001-NRE, Quantity -- 1 Lot. Delivery is to be made 12 weeks after award. FOB point is Destination to: Naval Air Warfare Center Training Systems Division (NAWCTSD) at 12350 Research Parkway, Orlando, Florida 32826-3224 . Acceptance shall be made at destination. FAR 52.212-1, "Instructions to Offerors-Commercial Items" is incorporated by reference and applies to this acquisition. FAR 52.212-1 "Instructions to Offerors-Commercial Items." Offerors shall include a completed copy of the provisions at FAR 52.212-3, "Offeror Representations and Certifications -- Commercial Items" with its quotation. In addition, offerors shall include a completed copy of the provision at DFARS 252.212-7000, "Offeror Representations and Certifications -- Commercial Items" with its quotation. FAR 52.212-4, "Contract Terms and Conditions -- Commercial Items" is incorporated by reference and applies to this acquisition and resulting purchase order. The following terms and conditions are added as an addendum to this clause. The resulting purchase order will be a firm-fixed-price purchase order. FAR 52.232-18, "Electronic Funds Transfer Payment". FAR 52.212-5, "Contract Terms and Conditions Required To Implement Statues or Executive Orders -- Commercial Items" (Feb 2000) applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5: As prescribed in 12.301(b)(4), insert the following clause: (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, Restrictions on Certain Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067). (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: [Contracting Officer shall check as appropriate.] ___ (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) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside (pub. L. 103-403, section 304, small Business Reauthorization and Amendments Act of 1994). ___(ii) Alternate I to 52.219-5. ___(iii) Alternate II to 52.219-5. ___ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) Alternate I of 52.219-23. ___ (9) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323. ___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (12) 52.222-26, Equal Opportunity (E.O. 11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act-Balance of Payments Program-Supplies (41 U.S.C. 10a-10d). ___ (17)(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii) Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3. ___ (18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (19) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (20) 52.225-16, Sanctioned European Union Country Services (E.O. 12849). ___ (21) [Reserved] _X_ (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ___ (23) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (31 U.S.C. 3332). __ (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332).] ___ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). ___ (26) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). ___ (6) 52.222-50, Nondisplacement of Qualified Workers (Executive Order 129333). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (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.- Flag Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). DFARS 252.212-7001, "Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items" applies to this acquisition along with the following additional DFARS clauses, cited in clause 252.212-7001: 252.247-7023. The full text of the solicitation provisions/clauses may be accessed electronically at this address: http://www.acq.osd.mil/dp/dars/dfars.html. See numbered Note 22 (forty-five days is changed to read fifteen days). Quotation is due 21 September 2000, 100 PM EST, and it may be faxed to (407) 380-4164 Attn: Selina Vik, or to the address above. For information regarding this solicitation, contact Selina Vik at (407) 380-4505 or email viksg@navair.navy.mil.
Record
Loren Data Corp. 20000901/95SOL001.HTM (W-243 SN491901)

95 - Metal Bars, Sheets and Shapes Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com