Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

59 -- KY-58 Faceplate/Circuit Cards Night Vision Compatible for EA-6B Aircraft

Notice Date
3/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-02-Q-3008
 
Response Due
3/18/2002
 
Archive Date
4/2/2002
 
Point of Contact
Margaret Maguire, Contract Specialist, Phone 301-757-7064, Fax 301-757-7054,
 
E-Mail Address
maguireme@navair.navy.mil
 
Description
Description: This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. Request for Quotation (RFQ) number is N00019-02-Q-3008. The Naval Air Systems Command Headquarters (NAVAIR) has a requirement for 410 each KY-58 RCU?s, P/N 0111582-3 display face plate/circuit card sub-assemblies for the EA-6B Block 89A aircraft as part of the conversion of the aircraft to night vision capability. Delivery schedule is 30 units delivered no later than 1 June 2002 and the remaining 380 units delivered no later than 1 July 2002. Delivery shall be F.O.B. Destination at Naval Air ATTN: Mark Seastrand, AOR 4.5.6, Building 2187, Suite 3190A, 48110 Shaw Road, Unit 5, Patuxent River, MD. The Government intends to award a contract on a sole source basis to Sun Dial and Panel Corporation, 60 Passaic Avenue, Fairfield, NJ. As designer, developer and original equipment manufacturer of this sub assembly for the KY-58 RCU, Sun Dial is the only known source for these items. The Government does not own the design or drawings for competitive procurement. Other offers received will be considered. The North American Industry Classification System (NAICS) code for this procurement is 336321 and the size standard is 500 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DCN 20010129. FAR 52.212-1 Instructions to Offerors?Commercial Items (Oct 2000) applies. Evaluation will be in accordance with FAR 52.212-2 Evaluation Commercial Items (JAN 1999). Evaluation factors under paragraph (a) of this provision are technical capability, price and past performance. To be technically acceptable the proposed unit must be Type V per AS7088 and Mil-L-85762A and plug into the KY-58 RCU. A completed copy of FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (FEB 2002) (Alternate I) (FEB 2002) and 252.212-7000 Offeror Representations and Certifications ? Commercial Items (NOV 1995) must be submitted with quote. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002) applies. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (DEC 2001), and DFARS 52.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2001) apply. The following clauses are applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52,222-19, 52.225-13, 52.225-15, 52.232-34, and 252.225-7036. The following addenda or terms and conditions apply: None. Offers should include price and delivery terms and the following additional information: Bracket assembly design and verifiable flight qualification documentation. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. The offeror shall provide its Commercial and Government Entity (CAGE) Code, DUNS number and Tax Identification Number (TIN). To be eligible for award you must be properly registered in the Government?s Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423 or via the internet at http://ccr.dlsc.dla.mil or http://www.ccr2000.com. Defense Priorities and Allocations System (DPAS) rating of DO-A7. Offers must be submitted to Naval Air Systems Command, AIR 2.2.1.2.3, ATTN: Peg Maguire, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, MD 20670-5304, or may be faxed to (301) 757-7054. Offers must be received no later than 2:00 p.m. on March 18, 2002 Eastern Standard Time. Offers received after this date are late and will not be considered for award. For information on this acquisition contact Peg Maguire at 301-757-7064 or by email at maguireme@navair.navy.mil.
 
Record
SN00033688-W 20020302/020301082519 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.