Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2000 PSA #2692
SOLICITATIONS

58 -- AN/ARC-182(V) REMOTE CONTROLS AND MOUNTS

Notice Date
September 21, 2000
Contracting Office
Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304
ZIP Code
20670-5304
Solicitation Number
N00421-00-R-0666
Response Due
September 27, 2000
Point of Contact
Debbie Norris, Contract Specialist 301-757-5893; Clare Carmack, Contracting Officer 301-757-5919
E-Mail Address
Click hear to contact the contract specialist via (norrisdj@navair.navy.mil; carmackcc@navair.navy.mil)
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-00-R-0666 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20000831. This action is not set aside for a small business. The applicable SIC is 3669 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD has a sole source requirement for Rockwell Collins Government Systems (RCGS) AN/ARC-182(V) C-10319 Controls, Remote and MT-4934 Mounts, RT, Solid, in support of the EA-6B program. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. RCGS is the sole designer, developer, and currently the only qualified manufacturer of the requisite AN/ARC-182(V) hardware. Therefore, this acquisition will be negotiated on a sole source basis with RCGS, 350 Collins Road N.E., Cedar Rapids, IA 52498. It is anticipated that a firm-fixed price type contract will be awarded. The contract line item numbers and descriptions are: CLIN 0001: C-10319A Control, Remote, RCGS P/N 622-6324-001, quantity of 22 each; and CLIN 0002: MT-4934, Mount, RT, Solid, RCGS P/N: 622-4933-001, quantity of 10 each. ISO 9001 requirements shall be incorporated into the contract as the single quality requirement. Award is expected to be on or before 29 September 2000. Delivery is required to begin 180 days after award. FOB Origin with inspection and acceptance at origin. Final delivery is to be made to Naval Air Station, Jacksonville, FL. 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 any "Inspection" clause that may be in the contract, 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 (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, as it is a sole source procurement. The Government will evaluate RCGS' proposal for fairness and reasonableness in accordance with FAR Part 15.4 prior to making an award. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Feb 2000) Alt I (Oct 1998), DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items (Nov 1995) and 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Sep 1999) with proposals. 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 hereby added: 5252.246-9503 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 leap year calculations, to the extent that other information technology, 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 (Aug 2000) applies to this acquisition and includes the following additional FAR clauses which are incorporated in this solicitation by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) Alternate I (Oct 1995), 52.219-8 Utilization of Small Business Concerns (Oct 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), and 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), 52.225-13 Restriction on Certain Foreign Purchases (Jul 2000), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). FAR clause 52.247-29 F.o.b Origin (Jun 1988), also applies to this solicitation. 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 and includes the following additional DFARS clauses which are also incorporated in this solicitation by reference: 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998), 252.225-7012 Preference for Certain Domestic Commodities (Aug 2000), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (Mar 2000) and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS clauses 252.204-7004 Required Central Contractor Registration (Mar 2000) and 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 1991) also apply to this solicitation. This combined synopsis/solicitation is not a request for competitive proposals. However, all responsible sources may submit a proposal which shall be considered by the agency. Offers are due to Debbie Norris, Contract Specialist, Code 2.5.5.3P, Contracts, Naval Air Warfare Center Aircraft Division, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 27 September 2000. The Government will not pay for any information received. Facsimile proposals will be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and/or DFARS provisions 252.212-7000 and 252.225-7000, contact Debbie Norris, Contract Specialist, Code 2.5.5.3P, Phone: 301-757-5893, Facsimile: 301-757-5955, or via e-mail: NorrisDJ@navair.navy.mil or Clare C. Carmack, Contracting Officer, Code 2.5.5.3A, Phone: 301-757-5919, Facsimile: 301-757-5955, or via e-mail: CarmackCC@navair.navy.mil.
Web Link
Click here to download a copy of synopsis and solicitation (http://www.navair.navy.mil/business/ecommerce/synopndx.cfm; http://www.navair.navy.mil/business/ecommerce/index.cfm)
Record
Loren Data Corp. 20000925/58SOL006.HTM (W-265 SN499191)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on September 21, 2000 by Loren Data Corp. -- info@ld.com