Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

58 -- RF 50 Watt UHF SATCOM DAMA Amplifiers with associated Bias-T units, Power Cords, and Shock Trays

Notice Date
3/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-0067
 
Archive Date
4/22/2003
 
Point of Contact
Agnes Birch, Contract Specialist, Phone (301) 995-8884, Fax 301-995-8670, - Agnes Birch, Contract Specialist, Phone (301) 995-8884, Fax 301-995-8670,
 
E-Mail Address
birchae@navair.navy.mil, birchae@navair.navy.mil
 
Description
This is a sole source 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 N00421-03-R-0067 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12 and Defense Federal Acquisition Regulations (DFAR) Defense Change Notice (DCN) 20030301. The Government intends to solicit, negotiate and issue a firm fixed-price basis, Indefinite Delivery Indefinite Quantity (IDIQ) contract for a twelve month base year with two twelve-month option years to Tactical Support Equipment (TSE), 6504 Bagdad Road, Fayetteville, NC 28306 under the authority of FAR 6-302-1 ?Only One Responsible Source? for the procurement of RF 50 Watt UHF SATCOM DAMA Amplifiers with associated Bias-T units, Power Cords, and Shock Trays. The units need to be Joint Interoperability Test Center (JITC) certified and be form, fit, function, and interface with Tricom Research, Incorporated/TSE amplifiers previously procured. The proposed contract will provide for an estimated five hundred fifty (550) AM-SAT-50 DAMA Amplifiers (including Bias-T and power cords) part number (P/N) AM-SAT-50D, seventy five (75) Bias-T P/N AM-SAT-Bias-T, and one hundred fifty (150) Shock Tray for AM-SAT-50D P/N TSE-SMT-50 under an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. The minimum guaranteed amount will be two hundred fifty thousand dollars ($250,000.00) during the base year. The applicable NAICS is 334220 and the small business size standard is 750 employees. The contract line item numbers and descriptions are: Base Year consisting of CLINs 0001 through 0003 - CLIN 0001-RF 50 Watt UHF SATCOM DAMA Amplifier with Bias-T units and Power Cords (P/N: AM-SAT-50D) Qty 200 each; CLIN 0002-Bias-T (P/N: AM-SAT-Bias-T) Qty 25 each; CLIN 0003-Shock Tray for AM-SAT-50D (P/N: TSE-SMT-50) Qty 50 each; Option Year I consisting of CLINs 0101 through 0103 - CLIN 0101-RF 50 Watt UHF SATCOM DAMA Amplifier with Bias-T units and Power Cords (P/N: AM-SAT-50D) Qty 175 each; CLIN 0102-Bias-T (P/N: AM-SAT-Bias-T) Qty 25 each; CLIN 0103-Shock Tray for AM-SAT-50D (P/N: TSE-SMT-50) Qty 50 each; and Option Year II consisting of CLINs 0201 through 0203 - CLIN 0201-RF 50 Watt UHF SATCOM DAMA Amplifier with Bias-T units and Power Cords (P/N: AM-SAT-50D) Qty 175 each; CLIN 0202-Bias-T (P/N: AM-SAT-Bias-T) Qty 25 each; CLIN 0203-Shock Tray for AM-SAT-50D (P/N: TSE-SMT-50) Qty 50 each. Award is expected to be 15 April 2003. All deliveries shall be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Rd., St. Inigoes, MD 20684-0010, M/F: provided with each individual delivery order. CLINs shall be delivered within ninety (90) of date of individual delivery order. Inspection and acceptance shall be also 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 tot he 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. The following clauses are incorporated by reference and apply to this acquisition: 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.209-6 Protecting the Government?s Interest When Subcontracting With JUL 1995 Contractors Debarred, Suspended, or Proposed for Debarment 52.211-8 Time of Delivery JUN 1997 fill-in: (a) all CLINs within ninety (90) days after receipt of delivery order 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-1 Instructions to Offerors ? Commercial Items OCT 2000 52.212-4 Contract Terms and Conditions - Commercial Items FEB 2002 52.216-18 Ordering OCT 1995 fill-in: (a) Such orders may be issued from date of contract award through 12 months thereafter unless extended through FAR 52.217-9 Option to Extend the Term of the Contract. 52.216-19 Order Limitations OCT 1995 fill-in: (a) When the Government requires supplies or services covered by this contract in an amount of less than $250.00? (b) (1) Any order for a single item in excess of the total estimated quantity of any identified CLIN; (2) Any order for a combination of items in excess of the total quantity of all CLINs in a given period of performance; (3) A series of orders from the same ordering office within thirty (30) days?; and (d) ? is returned to the ordering office within 7 days after issuance? 52.216-22 Indefinite Quantity OCT 1995 fill-in: (d) ?that the Contractor shall not be required to make any deliveries under this contract after 90 days after the last day of the contracts final exercised period of performance. 52.217-9 Option to Extend the Term of the Contract MAR 2000 fill-in: (c) The total duration of this contract, including the exercised of any options under this clause, shall not exceed three (3) years. 52.227-1 Authorization and Consent JUL 1995 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement AUG 1996 52.227-3 Patent Indemnity APR 1984 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop Work Order AUG 1989 52.243-1 Changes ? Fixed Price AUG 1996 52.244-5 Competition in Subcontracting DEC 1996 52.247-34 F.O.B. Destination NOV 1991 252.204-7004 Required Central Contractor Registration NOV 2001 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The MAR 1998 Government of a Terrorist Country 252.225-7031 Secondary Arab Boycott of Israel DEC 1991 252.246-7000 Material Inspection and Receiving Report DEC 1991 5252.211-9502 Government Installation Work Schedule (NAVAIR) OCT 1994 5252.216-9506 Minimum and Maximum Quantities (NAVAIR) MAR 1999 fill-in: ? the contract minimum quantity is a total of $250,000.00 worth of orders at the contract unit price(s); the maximum quantity is the total ?not-to-exceed value of all items combined as set forth in the schedule. 5252.232-9000 Submission of Invoices (Fixed Price) (NAPS) JUL 1992 fill-in: either of the above 5252.232-9511 Notice of Requirements for Prompt Payments (NAVAIR) FEB 2000 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (MAY 2002) applies to this acquisition. The Contractor agrees to comply with the following FAR clauses, which are incorporated in this solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1) 52.222-3, Convict Labor and (2) 52.233-3, Protest After Award. (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 solicitation 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 Alt I, (5) 52.219-8, Utilization of Small Business Concerns and Small Disadvantage Business Concerns, 3) 52.219-9, Small Business Subcontracting Plan, (11) 52.222-21, Prohibition of Segregated Facilities, (12) 52.222-26, Equal Opportunity, (13) 52.222-35 Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, (14) 52.222-36, Affirmative Action for Workers with Disabilities, (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies, (21) 52.225-13, Restrictions on Certain Foreign Purchases, and (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (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; (2) 52.222-35, Affirmative Action for Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preference for Privately Owned U.S. ?Flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996). * 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 (MAR 2003) 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: 52.203-3, Gratuities, 252.205-7000, Provision of Information to Cooperative Agreement Holders, 252.225-7001, Buy American Act and Balance of Payment Program, 252.212-7012, Preference for Certain Domestic Commodities, 252.232-7003, Electronic Submission of Payment Requests, 252.243-7002, Certification of Requests for Equitable Adjustment, and 252.247-7023, Transportation of Supplies by Sea. (c) 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, 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. * End of clause* Offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2001) ? Alternate I (OCT 2000) and DFAR 252.212-7000, Offeror Representations and Certifications ? Commercial Items (NOV 1995) with its proposal. This sole source combined synopsis/solicitation is not a request for competitive proposals. However, responsible interested parties may submit a proposal in which they identify their interest and business size. Proposal along with completed representations and certifications is due to Agnes Birch, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, Maryland 20684-0010 by 3:30 P.M. Eastern Standard Time, 7 April 2003. 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 Agnes Birch, Contract Specialist, Code 254122, Phone: 301-995-8884, Facsimile: 301-995-8670, or via email: BirchAE@navair.navy.mil.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, Unit 11, Villa Road, St. Inigoes, Maryland
Zip Code: 20684
Country: US
 
Record
SN00286424-W 20030326/030324213715 (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.