Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

58 -- Marine intercom System for St. Inigoes, MD

Notice Date
3/6/2002
 
Notice Type
Solicitation 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-R3139
 
Response Due
3/20/2002
 
Archive Date
4/4/2002
 
Point of Contact
Jason Lev, Contract Specialist, Phone 301-862-8554, Fax 301-862-8670, - William Case, Contract Specialist/Team Lead, Phone (301) 862-8641, Fax 301-862-8670,
 
E-Mail Address
levjj@navair.navy.mil, casewa@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; quotations are being requested and a written solicitation will not be issued. Solicitation Number N00421-02-Q-3139 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-04 and Defense Federal Acquisition Regulations (DFAR) Defense Change Notice (DCN) 20010129. This action is not a set aside for small business. The Government intends to solicit, negotiate and issue a three (3) year, firm fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to David Clark Company, 360 Franklin Street, Box 15054, Worcester, MA 01615-0054 under the authority of FAR 6.302-1 ?Only One Responsible Source? for the procurement of Marine Intercom Systems (MIS) as described below. Through market research David Clarke Company has been determined to be the only source of supply whose existing equipment meets all of the following minimum USCS operational requirements; 1) integrate the U.S. Customs Service (USCS) marine band VHF, HF and VHF tactical radio capabilities and crew intercom function, 2) have a master control station (MCS) that provides personnel with a mechanism for switching each user to a different frequency, 3) include headsets, compatible with XTS-3000 radios, that provide noise abatement and allow personnel to transmit and receive on all required frequencies and the intercom system; 4) all intercom functions of the MIS be located on each person, 5) MCS cannot exceed external dimensions of 9?x4?x4?, and 6) withstand environment conditions of salt water, high speeds and turbulent waters. The components comprising the MIS, along with their estimated quantities for each twelve (12) month ordering period, are as follows: (Ordering Period 1) Master Station, CLIN 0001, P/N 40794G-01, Qty 38 each Belt Station, CLIN 0002, P/N 40795G-01, Qty 152 each Holster, Belt Station, CLIN 0003, P/N 40796G-01, Qty 152 each Headset, Marine, CLIN 0004, P/N 40797G-01, Qty 152 each Cord, Belt Station, CLIN 0005, P/N 40798G-01, Qty 152 each Cord, Port Radio (XTS-3000), CLIN 0006, P/N 40799G-01, Qty 76 each Switch, Remote, PTT, CLIN 0007, P/N 40800G-01, Qty 76 each Radio Adapter, Spectra, CLIN 0008, P/N 40107G-01, Qty 38 each Headset Carry Bag, CLIN 0009, P/N 40688G-01, Qty 152 each Connector Kit, CLIN 0010, P/N 09228P-81, Qty 38 each AJ107 Connector, CLIN 0011, P/N 13265P-38, Qty 152 each Cord, 7 Cond (per foot), CLIN 0012, P/N 09271P-35, Qty 3,800 feet (Ordering Periods 2 & 3) Master Station, CLINs 0101 & 0201, P/N 40794G-01, Qty 15 each Belt Station, CLINs 0102 & 0202, P/N 40795G-01, Qty 60 each Holster, Belt Station, CLINs 0103 & 0203, P/N 40796G-01, Qty 60 each Headset, Marine, CLINs 0104 & 0204, P/N 40797G-01, Qty 60 each Cord, Belt Station, CLINs 0105 & 0205, P/N 40798G-01, Qty 60 each Cord, Port Radio (XTS-3000), CLINs 0106 & 0206, P/N 40799G-01, Qty 60 each Switch, Remote, PTT, CLINs 0107 & 0207, P/N 40800G-01, Qty 30 each Radio Adapter, Spectra, CLINs 0108 & 0208, P/N 40107G-01, Qty 15 each Headset Carry Bag, CLINs 0109 & 0209, P/N 40688G-01, Qty 60 each Connector Kit, CLINs 0110 & 0210, P/N 09228P-81, Qty 15 each AJ107 Connector, CLINs 0111 & 0211, P/N 13265P-38, Qty 60 each Cord, 7 Cond (per foot), CLINs 0112 & 0212, P/N 09271P-35, Qty 1,500 feet All deliverables shall be FOB Destination to St. Inigoes, MD Inspection & acceptance shall also be made at destination. CLINs shall be delivered within 30 days of date of individual delivery order. The Government?s minimum ordering requirement will equate to the combined value of CLINs 0001 through 0012 under Ordering Period 1. 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 will not waive the Government?s rights under the inspection clause, nor does it limit the Government?s rights with regard to the terms and conditions of the 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. The following clauses are incorporated by reference and applies to this acquisition: DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001) FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (OCT 2000) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2002) FAR 52.216-18 ORDERING (OCT 1995) - fill-in (a) ?? from date of award through thirty-six months thereafter.? FAR 52.216-19 ORDER LIMITS (OCT 1995) - fill-ins (a) ??in an amount of less than $1,000.00,? (b)(1) ?? in excess of the total quantity of that CLIN for a given ordering period;? (b)(2) ?? in excess of the total quantity of all CLINs for a given ordering period;? (3) ? within thirty (30) days? and (d) ?within ten (10) days? FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) ? fill-in (d) ?? after 37 months after date of contract award.? (36 mths. + dely.) 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 - COMMERCIAL ITEMS (FEB 2002) ? ALT I (FEB 2002) and DFAR 252.212-7000, OFFEROR REPRESENTATION AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995) with its quotation. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2001) 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) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). (9) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121 and 13129). (10) 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 (NOV 2001) is incorporated by reference. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. (1) 52.203-3, Gratuities (APR 1984)(10 U.S.C. 2207). (b) 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) 252.225-7021, Trade Agreements (SEP 2001) (19 U.S.C. 2501-2501-2518 and 19 U.S.C. 3301 note). (2) 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Alt 1). (c) 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) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (MAR 1998)(10 U.S.C. 2241 note). (2) 252.247-7023, Transportation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631). (3) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). 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. Award is expected 26 Mar 2002. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, responsible interested parties may submit information in which they identify their interest and capability. Proposal is due to Jason Lev, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:00 P.M. Eastern Standard Time 20 March 2002. All quotes received from other than David Clarke Company by the above time/date will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. A determination by the government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. Facsimile proposals are acceptable. For information contact Jason Lev, Code 251226, Telephone (301)995-8554, FAX(301)995-8670 or via e-mail: levjj@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 (301-995-8670). **END SYNOPSIS/SOLICITATION #N00421-02-Q-3139. **
 
Record
SN00037132-W 20020308/020307125000 (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.