Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8, 2001 PSA #2910
SOLICITATIONS

16 -- CSFIR CRASH SURVIVABLE MEMORY UNITS

Notice Date
August 6, 2001
Contracting Office
Commander, Naval Air Systems Command (Code 2.4), 47123 Buse Road, Building 2272, Patuxent River, MD 20670-1547
ZIP Code
20670-1547
Solicitation Number
N00019-01-R-0162
Response Due
August 21, 2001
Point of Contact
Patty Bly, (301) 757-5907; Maureen Bernard, (301)757-5899
E-Mail Address
Click here to contact the contract specialist or contracting (blypj@navair.navy.mil; bernardm@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 N00019-01-R-0162 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 2000-D003. This action is not set aside for a small business. The applicable NAICS code is 336413 and the small business size standard is 1000 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Systems Command Headquarters, Patuxent River, MD has a sole source requirement for Smith Industries Information Systems Division (SI) Model 3246D P/N 169961-01-02 Crash Survivable Memory Unit (CSMU) in support of the V-22 program. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. Smith Industries Information Systems Division Grand Rapids is the sole designer, developer, and currently the only qualified manufacturer of the requisite Model 3246D P/N 169961-01-02 CSMU. Therefore, this acquisition will be negotiated on a sole source basis with Smith Industries Information Systems Division Grand Rapids, 3290 Patterson Avenue, S.E., Grand Rapids, Michigan 49512-1991. It is anticipated that a firm-fixed price type contract will be awarded. The contract line item number and description is: CLIN 0001: Model 3246D P/N 169961-01-02 Crash Survivable Memory Unit, quantity of 15 each. The beacon mounting kit part number 174977-02 will be provided by Smith's Industry for installation of GFE sonar beacon. ISO 9001 requirements shall be incorporated into the contract as the single quality requirement. Award is expected to be on or before 30 August 2001. Delivery is required not later than Mar 01, 2002. FOB Origin with inspection and acceptance at origin. Final delivery is to be made to Boeing Defense and Space Group, Rt 291 / Industrial Highway, Gate 6 Building 3-25, Ridley Park PA 19078, POC Barry Tomon (610) 591-5153. 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 (Oct 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 Smith Industries Information Systems Division 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 (May 2001) Alt I (Oct 2000), 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 2001) is incorporated by reference and applies to this acquisition. The following addendum is hereby added: 5252.246-9503 Year 2000 Compliance (Mar 1999): (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 (May 2001) 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 2000), 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 (Dec 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 Patty Bly, Contract Specialist, Code 2.4.2.4.7, Contracts, Naval Air Systems Command, Building 2272, Unit IPT, Suite 256, 47123 Buse Road, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 21 August 2001. 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 Patty Bly, Contract Specialist, Code 2.4.2.4.7, Phone: (301) 757-5907, Facsimile: (301) 757-5955, or via e-mail: blypj@navair.navy.mil or Maureen Bernard, Contracting Officer, Code 2.4.2.4, Phone: (301) 757-5899, Facsimile: (301) 757-5955, or via e-mail: bernardm@navair.navy.mil.
Web Link
Click here to download a copy of the synopsis. (http://www.navair.navy.mil/business/ecommerce/synopndx.cfm)
Record
Loren Data Corp. 20010808/16SOL007.HTM (W-218 SN50U1A4)

16 - Aircraft Components and Accessories Index  |  Issue Index |
Created on August 6, 2001 by Loren Data Corp. -- info@ld.com