Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOLICITATION NOTICE

16 -- Crash Survivable Flight Information Recorders (CSFIR)

Notice Date
4/11/2002
 
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
N00019-02-R-3160
 
Response Due
4/16/2002
 
Archive Date
5/1/2002
 
Point of Contact
Debra Norris, Contract Specialist, Phone (301) 757-5893, Fax 301-757-5955,
 
E-Mail Address
norrisdj@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 N00019-02-R-3160 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20020314. This action is not set aside for a small business. The applicable NAICS is 334310 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Systems Command has a sole source requirement for Smith Industries Aerospace and Defense Systems, Inc. (SI) Information Management Systems Model RO-646/ASH-39(V) Voice and Data Recorder (VADR), Model 3246D Crash Survivable Memory Unit (CSMU), Model RO-645/ASH-39(V) Voice and Data Recorder, Model RO-605A/A Signal Data Recorder Reproducer, Motional Transducer, P/N 08TCI-3337, Torque Multiplexer P/N 907-0001-001 and installation in support of the F/A-18 and V-22 platforms. This is a follow-on buy and equipment must meet form, fit and function requirements. In support of the F/A-18 program, the VADR has a unique pin configuration and shall meet the following size and weight standard: 5.07 x 3.4 x 9.6, 7.4 lbs. The CSMU in support of the V-22 program shall meet the following size and weight standard: 6.25 X 3.75 X3.0 and weigh less than 5 lbs. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. SI is the sole designer, developer, and currently the only qualified manufacturer of the requisite AN/ASH-39(V) hardware. Therefore, this acquisition will be negotiated on a sole source basis with SI 3250 Patterson Avenue, S.E., Grand Rapids, MI 49512-1991. It is anticipated that a firm-fixed price type contract will be awarded. The contract line item numbers and descriptions are: CLIN 0001: Voice and Data Recorder, Model RO-646/ASH-39(V), SI P/N 173877-01-01, quantity of 60 each; CLIN 0002, SI-IMS Installation of Government-furnished beacons, quantity of 60 hours; CLIN 0003 MU-1000/A Crash Survivable Memory Unit, Model 3246D, P/N 169961-01-02 with beacon bracket kit, P/N 174977-02, quantity of 4 each; CLIN 0004 SI-IMS Installation of MV-22B Government-furnished beacons, a quantity of 4 hours; CLIN 0005 MU-1000/A Crash Survivable Memory Unit, Model 3246D, P/N 169961-01-02 with beacon bracket Kit, P/N 174977-02 for CV-22, a quantity of 2 each; CLIN 0006 SI-IMS Installation of CV-22 Government-furnished beacons, a quantity of 2 hours; CLIN 0007, Voice and Data Recorder Model RO-646/ASH-39(V), P/N 173877-01-01, a quantity of 5 each; CLIN 0008 Voice and Data Recorder Model RO-645/ASH-39(V), P/N 173876-01-01, a quantity of 2 each; CLIN 0009 Signal Data Recorder Reproducer Model RO-605A/A, P/N 169949-05-02, a quantity of 6 each; CLIN 0010 Motional Transducers, NSN 6695-01-447-2541, P/N 08TCI-3337, a quantity of 67 each; CLIN 0011 Torque Multiplexer, NSN 5895-01-457-6698, P/N 907-0001-001, a quantity of 10 each. ISO 9001 requirements shall be incorporated into the contract as the single quality requirement. Award is expected to be on or before 25 April 2002. Delivery is required to begin 10 months after award. FOB Destination with inspection and acceptance at origin. Final delivery will be made to various locations throughout the continental United States. 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 SI?s 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 (Apr 2002) Alt I (Apr 2002), DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998), 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 (Feb 2002) is incorporated by reference and applies to this acquisition. The following addendum is hereby added: 5252.246-9503 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 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 (Dec 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), 52-219-9 Small Business Subcontracting Plan, 52.219-16 Liquidated Damages ? Subcontracting Plan, 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Dec 2001), 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 (Dec 2001), 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 (Dec 2001), 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 52.204-4 Printed or Copied Double-Sided on Recycled Paper and FAR clause 52.247-34 F.O.B. Destination (Nov 1991), 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 (Nov 2001) 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), 252.209.7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Mar 1998), 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 (Nov 2001) 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 Debbie Norris, Contract Specialist, Code 2.5.1.8.1.3, Contracts, Naval Air Systems Command, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 16 Apr 2002. 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 Debbie Norris, Contract Specialist, Code 2.5.1.8.1.3, Phone: 301-757-5893, Facsimile: 301-757-5955, or via e-mail: NorrisDJ@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.
 
Place of Performance
Address: 3250 Patterson Avenue SE, Grand Rapids, MI
Zip Code: 49512-1991
Country: United States
 
Record
SN00057352-W 20020413/020411213522 (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.