Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29, 2001 PSA #2776
SOLICITATIONS

70 -- HIGH SPEED FIBER OPTIC MEMORY CARDS AND FIBER OPTIC BYPASS SWITCHES FOR THE AN/TPX-42A PVP14 RADAR.

Notice Date
January 26, 2001
Contracting Office
Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
ZIP Code
20684-0010
Solicitation Number
N00421-01-R-0100
Response Due
February 2, 2001
Point of Contact
Mr. Joseph Feibel, Contract Specialist, 301-862-8672; J. Larry Mattingly, Contracting Officer, (301)862-8119
E-Mail Address
Click here to contact the Contract Specialist. (Feibeljm@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 N00421-01-R-0100 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-20 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to purchase on a firm fixed-price basis and solicit the proposed contract on a sole source basis from VMIC 12090 S Memorial Pkwy Huntsville, Alabama 35803-3308 for VMEBUS High Speed Fiber Optic Reflective Memory Cards, 4-Channel Hub Boards for the 558X Reflective Memory Cards, and Active Fiber Active Bypass Switches part numbers VMIVME-5588DMA-300, VMIVME-5593-100, and VMIVME-5591-000 respectively. In accordance with FAR 6.302-1, only one responsible source and not other supplies or services will satisfy the Government requirement. VMIC is the sole manufacturer of this equipment. The existing AN/TPX-42A PVP14 radar configuration and software are specifically designed to work with these hub boards, memory card and bypass switches. The VMIC's hub boards, memory cards, and bypass switches are the only commercial-off-the-shelf items that can meet these identified Government requirements for the AN/TPX-42A PVP14 Radar. The contract line item numbers and description are** CLIN 0001 VMIC VMEBUS HIGH SPEED FIBER OPTIC REFELX MEMORY CARD (P/N: VMIVME-5588DMA-300). QTY OF 30; CLIN 0002 VMIC ACTIVE FIBER OPTIC BYBASS SWITCH (P/N: VMIVME-5591-000). QTY OF 3; CLIN 0003 -- VMIC 4-CHANNEL HUB BOARD FOR 558X REFLECTIVE MEMORY CARD (P/N: VMIVME-5593-100). QTY OF 25; and CLIN 0004 -- which is to cover shipping of these items. QTY 1 LOT. The proposal along with completed representations and certifications is due by 2 February 2001. Delivery of the first shipment, consisting of CLIN 0001 (P/N: VMIVME-5588DMA-300) QTY OF 10 is required 45 days after contract award. The balance of all remaining items is required no later than 90 days after award of the contract. Partial shipments will be accepted. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Ernie Eichhorn, Code 4.5.8.2.2. Inspection and acceptance shall be made at destination. 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 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 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 since it is being processed as a sole source procurement. The Government will evaluate proposals for fairness and reasonableness in accordance with procedures as defined in FAR Subpart 15.4 prior to making an award. The offeror shall provide back-up information that verifies the price offered. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT 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 addendum is added: 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, 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. (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) 52.233-3, 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: (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) 52.219-8, Utilization of Small*[,]Small Disadvantaged*[, and Women-Owned Small]Business Concerns (15 U.S.C.637(d)(2) and (3)); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (4) 52.222-26, Equal Opportunity (E.O. 11246); (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (8) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor shall 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: Not applicable to this action. (d) Comptroller General Examination of Record. The Contractor shall 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.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). **End of clause** Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its proposal. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. (a) The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components. (1) 252.225-7002 Qualifying Country Sources as Subcontractors; (2) 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); (3) 252.225-7012, Preference for Certain Domestic Commodities; (4) 252,243-7002, Certification of Requests for Equitable Adjustment (10 U.S.C. 2410). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract (Federal Acquisition Regulation 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note); 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Alternate I) (Section 8064 of Pub. L. 106-259); 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit a proposal in which they identify their interest and capability. Offer is due to Joseph Feibel, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 02 February 2001. All proposals received by 3:30P.M. Eastern Standard Time 02 February 2001 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Delivery of the first shipment, consisting of CLIN 0001 (P/N: VMIVME-5588DMA-300) QTY OF 10 is required 45 days after contract award. The balance of all remaining items is required no later than 90 days after award of the contract. The Government reserves the right to process the procurement on a brand name mandatory basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFAR clauses 252.212-7000 contact Mr. Joseph Feibel, Code 2.5.1.2.1.2, Tele#301-862-8672 or via e-mail: feibeljm@navair.navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-8672). **END SYNOPSIS/SOLICITATION #N00421-01-R-0100.**
Web Link
NAVAIR (http://www.navair.navy.mil/business/ecommerce.index.cfm)
Record
Loren Data Corp. 20010129/70SOL004.HTM (W-025 SN50B8O5)

70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index  |  Issue Index |
Created on January 26, 2001 by Loren Data Corp. -- info@ld.com