Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5, 2001 PSA #2951
SOLICITATIONS

59 -- GET ENGINEERING NTDS PRODUCTS

Notice Date
October 3, 2001
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
ZIP Code
20670
Solicitation Number
N00421-01-Q-0674
Response Due
October 15, 2001
Point of Contact
Andrew Tuttle, Contract Specialist, Phone (301) 862-8899, Fax 301-862-8670, Email tuttleae@navair.navy.mil -- Andrew Tuttle, Contract Specialist, Phone (301) 862-8899, Fax 301-862-8670, Email tuttleae@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. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-01-Q-0674 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Federal Acquisition Regulations Supplement Change Notice 20011001. This action is 100% small business set-aside and the associated North American Industry Classification Systems (NAICS) code for this requirement is 334513 with a size standard of 500 employees. The Government intends to award a contract on a "brand name mandatory" basis for GET Engineering NTDS Products under the authority of FAR 6.302-1. Contract type will be firm-fixed-price. GET Engineering Corporation is the sole manufacturer of this equipment. The equipment is required to support the AN/TPX-42(V)14 FC2 project. The outlined GET Engineering NTDS Products are the only commercial-off-the-shelf items that have been identified meeting the government?s minimum requirement. The GET 10044101 VME/AB-C NTDS Parallel Channel Switch is a dual 72 pole double throw switching system which can be used to switch NTDS Parallel Channel connections. The VME/AB-C NTDS Parallel Channel Switch must switch all lines of a MIL-STD-1397 Type A/B/C interface, be hardened for shipboard use, use the VME 6U form factor, use a switch ground control, and use a 79-pin connector conforming to MIL-C-38999. The GET 10036022 Cable Transition Module set contains two modules. One module converts an 80-pin straight ribbon connector to a D38999/20WG35PA 79- pin UYK-44 output connector. The second module converts an 80-pin cable to a D38999/20WG35PN 79-pin UYK-44 input connector. The cable transition modules are needed to transition from the VME backplane to the MIL-C-38999 type connectors on the chassis back panel. The cable transition module interface to the VME backplane is vendor specific. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR ITEMS OTHER THAN GET ENGINEERING BRAND NAME ITEMS.=20 However, responsible interested parties may submit information in which they identify their interest and capability. The contract line item numbers and description for this brand name mandatory procurement are** CLIN 0001 GET VME Based AB/C NTDS Parallel Channel Switch (P/N: 10044101) (Qty of 21 EA); CLIN 0002 GET Cable Transition Modules (P/N: 10036022) (Qty of 63 SE). The proposal along with completed representations and certifications is due by 15 October 2001. Award is anticipated no later than 22 October 2001 with a required delivery date of 1 December 2001. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Eichhorn Ernie-AN/TPX-42A(V)14 FC2. 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 (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. The offeror shall provide back-up information that verifies the price quoted. 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 (MAY 2001) with its quote. 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 added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (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 (MAY 2001) 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); and (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 10U.S.C.2402), (2) 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), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (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). **End of clause** 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. 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) 252.225-7012 Preference for Certain Domestic Commodities. (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, 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: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. Quote is due to LT Andrew Tuttle, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 7, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 12 October 2001. The Government reserves the right to process the procurement as 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 contact LT Andrew Tuttle, Code 251213, Tele#301-862-8899 or via e-mail: tuttleae@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 (301-862-8899). **END SYNOPSIS/SOLICITATION #N00421-01-Q-0674. **=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVAIR/N00421/N00421-01-Q-0674/listing.h tml)
Record
Loren Data Corp. 20011005/59SOL010.HTM (D-276 SN50Z837)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on October 3, 2001 by Loren Data Corp. -- info@ld.com