Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

59 -- SATCOM DAMA AMPS 50 WATT

Notice Date
February 13, 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-Q-0184
Response Due
February 28, 2001
Point of Contact
Margaret Ranieri, Contract Specialist (301) 862-8943
E-Mail Address
ranierima@navair.navy.mil (ranierima@navair.navy.mil)
Description
This is a combined synopsis/solicitation for modified 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number N00421-01-Q-0184 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and Defense Federal Acquisition Regulations Supplement Change Notice 20000825. This action is set aside for small business. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed contract for ten (10) each of RF 50 Watt DAMA AMPS Part number AM-SAT-50D on a sole source basis with TRICOM Research Inc., 32 Beach Road, Monmouth Beach, NJ 07750, under the authority of FAR Part 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements). Exacting space and weight limitations in transit case systems do not allow for any variance in dimensions of the amplifier, the amplifiers built by TRICOM have been field tested with the project equipment and have been proven to meet the required interface specifications in tactical environments. Additionally, TRICOM amplifiers are JITC certified. TRICOM is the only company capable of manufacturing and delivering an amplifier that meets the dimensions and certification requirements. The contract line item number and description is ** CLIN 0001 -- RF 50 Watt DAMA Amplifier, AM-SAT-50 quantity 10. The quotation along with completed representations and certifications is due by 2:30 P.M. Eastern Standard Time on 28 February 20010. An award will be made to the responsible offeror who submits a quotation for these items at the lowest cost to the government. The offeror shall provide back-up information verifying the price offered. This means a copy of the most recent catalog or price list, invoices from previous sales for identical 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. Award is expected to be 01 March 2001. Delivery will be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Road, St. Inigoes, 20684-0010, M/F: Kochy/ISOCA. 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. The Government will evaluate the selected quotation for fairness and reasonableness in accordance with FAR Part 13 before 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 (FEB 2000) with its quotation. 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 lap 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 shall 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 shall 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 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 Disabled Veterans and Veterans of the Vietnam Era (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 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: N/A (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); (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); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.) 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. (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) 252.225-7036 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (Alt 1); (3) 252.227-7015 Technical Data-Commercial Items (10 U.S.C. 2320); (4) 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); (b) In addition to the clauses listed in paragraph (e) of 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 clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.247-7023, Transportation of Supplies by Sea. The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. This notice is a request for competitive quotations. Offer is due to Margaret Ranieri, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 28 FEBRUARY 2001. All quotations received by 2:30P.M. Eastern Standard Time 28 FEBRUARY 2001 will be considered. 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 quotations shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Margaret Ranieri, Code 251231, Tele#301-862-8943 or via e-mail. 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). **END SYNOPSIS/SOLICITATION #N00421-01-Q-0184. **
Web Link
www.navair.navy.mil (www.navair.navy.mil)
Record
Loren Data Corp. 20010215/59SOL001.HTM (W-044 SN50D534)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com