Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
PRESOLICITATION NOTICE

66 -- Rugged Flight Data Recorder

Notice Date
1/9/2002
 
Notice Type
Presolicitation Notice
 
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
N00421-02-T-0012
 
Response Due
1/22/2002
 
Archive Date
2/6/2002
 
Point of Contact
Randolph Serman, Contract Specialist, Phone (301) 757-9720, Fax 301-757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
 
E-Mail Address
sermanr@navair.navy.mil, stannte@navair.navy.mil
 
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Quote Number N00421-02-T-0012 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and Defense Acquisition Circular 91-13. This action is not set aside for small businesses. The applicable NAICS is 334511 and the small business size standard is 750 employees. The Government intends to solicit and negotiate on a SOLE SOURCE BASIS with AMPOL SYSTEMS, INC. Under the authority of FAR 6.302-1, AMPOL SYSTEMS, INC. is the sole qualified supplier of this equipment at the present time. The Data MARS 104-100 rugged flight data recorder is being procured to be used as direct replacements for use in naval flight test aircraft. The Rugged Data Flight Recorder must be completely interchangeable and compatible with the existing system. In addition, the components are manufactured by AMPOL SYSTEMS, INC., who has proprietary rights on their design/engineering and documentation. This notice of intent is not a request for competitive proposals. However, interested parties may submit a proposal in which they identify their interest and capability. All proposals received by 2:30 PM Eastern Standard Time, 22 January 2002 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. The contract line item numbers and items are as follows: CLIN 0001- Rugged Flight Data Recorder Model/Configuration # DataMARS 104-100 (Quantity: 1 EA.), CLIN 0002- Voice Upgrade Model/Configuration # DM-VA-16-1-H(Quantity: 1 EA.). The contractor shall deliver CLIN's 0001-0002 to: Receiving Officer, attn: Doris Chase, Supply Dept Bldg 665, Naval Air Station, 47179 Vaughn Rd., Patuxent River MD 20670-1614, by 22 Apr. 2002. (with an anticipated award date by 22 January 2002). Mark for: William Reinking, 5.4.2.2., Bldg. 101, (301)342-1571. Inspection and acceptance shall be made at destination, FOB 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 Government intends to award this contract to AMPOL SYSTEMS, INC. Therefore, the provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate AMPOL SYSTEMS, INC.'s proposal to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2001) with its proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2001) is incorporated by reference and applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items (May 2001) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). DFARS Clause 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, however, for paragraph (a) only the following clauses apply 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), 252.243-7002 Requests for Equitable Adjustment (10 U.S.C. 2410), 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631). The DFARS clause at 252.204.7004 Required Central Contractor Registration (Mar 2000) is incorporated by reference. FAR 52.252-2, clauses Incorporated by Reference (FEB 1998) also applies to this acquisition. The full text of a clause may be accessed electronically at this/these address(es); http://farsite.hil..af.mil/ or http://www.arnet.gov.far. Quotations are due to Contracts, Randolph Serman III 251731 Bldg 588 Suite 2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463 by 2:30 P.M. Eastern Standard Time, 22 January 2002. All responsible sources may submit a proposal that shall be considered by the agency. For information regarding this solicitation contact Randolph Serman III via phone (301) 757-9757, fax (301) 757-0200, or e-mail sermanr@navair.navy.mil.
 
Record
SN20020111/00013040-020110090458 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.