Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

20 -- Rehost Chassis (Qty of 30 EA

Notice Date
8/1/2002
 
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-R-0259
 
Response Due
8/12/2002
 
Point of Contact
Rhoda Hall, Contract Specialist, Phone (301) 995-8950, Fax 301-995-8670,
 
E-Mail Address
hallrg@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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-02-R-0259 is issued as a request for proposals (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-07 and Defense Federal Acquisition Regulations Supplement Change Notice 20020531. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334419 with a size standard of 500 employees. The Government intends to award a contract on a ?sole source? basis for the Rehost Chassis ? 709 Series under the authority of FAR 6.302-1. Contract type will be firm-fixed-price. Carlo Gavazzi Inc., 10 Mupac Drive, Brockton MA 02301 is the sole manufacturer of this equipment. The equipment is required to support the AN/UYK-44(V) Rehost project for the Shipboard AN/TPX-42A(V)14 System. The Rehost Chassis from Carlo Gavazzi is the only commercial-off-the-shelf item that has been identified meeting the government?s minimum requirement. The Rehost Chassis design include: (1) 19.25? maximum height; (2) two separate VITA 1.1 VME64X backplanes, each containing at least eight vertical 6U slots; (3) a power supply for each backplane capable of +3.3 V @ 6 A; and (4) power supplies and fans operating under each Type I, 115 VAC, 60Hz, shipboard power as defined in Section 300A of MIL-STD-1399. 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. The contract line item numbers and description for this sole source procurement are** CLIN 0001 Rehost Chassis ? 709 Series (P/N: 7090SLK18EC-XXX) Quantity of 6 Each; CLIN 0101 Rehost Chassis ? 709 Series (P/N: 7090SLK18EC-XXX) Quantity of 6 Each; CLIN 0201 Rehost Chassis ? 709 Series (P/N: 7090SLK18EC-XXX) Quantity of 6 Each; CLIN 0301 Rehost Chassis ? 709 Series (P/N: 7090SLK18EC-XXX) Quantity of 6 Each; CLIN 0401 Rehost Chassis ? 709 Series (P/N: 7090SLK18EC-XXX) Quantity of 6 Each. The proposal along with completed representations and certifications is due by 12 August 2002. Award is anticipated no later than 1 September 2002 with a required delivery date of 14 weeks after receipt of delivery order. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: E. Eichhorn, Code 4.5.9.2. 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?COMMERCIAL ITEMS (MAY 2002) ALTERNATE I (APR 2002) with its quote. 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 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 2002) 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) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); (3) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)); (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O.11246); >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 (MAY 2002) 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 (MAR 1998) (10 U.S.C. 2241 note). 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. Proposal is due to Rhoda Hall, 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 August 2002. The Government reserves the right to process the procurement as a sole source 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 Rhoda Hall, Code 251214, Tele#301-995-8950 or via e-mail: Hallrg@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) or telephone (301-995-8950). **END SYNOPSIS/SOLICITATION #N00421-02-R-0259. **
 
Place of Performance
Address: Carlo Gavazzi Inc., 10 Mupac Drive, Brockton MA
Zip Code: 02301
Country: United States
 
Record
SN00130697-W 20020803/020801213832 (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.