Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOLICITATION NOTICE

59 -- Display Touch Panels (P/N: 161611-906 4x8 ETM 1-1) (Qty of 6 EA) and Operations and Maintenance Service Manuals (Qty of 6 EA)

Notice Date
4/1/2003
 
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-0083
 
Response Due
4/15/2003
 
Archive Date
4/30/2003
 
Point of Contact
Rhoda Hall, Contract Specialist, Phone (301) 995-8950, Fax 301-995-8670, - Don Mumbert, Contract Specialist, Phone 301-996-8553, Fax 301-995-8670,
 
E-Mail Address
hallrg@navair.navy.mil, mumbertdl@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 N00421-03-R-0083 is issued as a request for proposals (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-12 and Defense Federal Acquisition Regulations Supplement Change Notice 20030301. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334111 with a size standard of 1,000 employees. The Government intends to award a contract on a “sole source” basis for the Display Touch Panel and Operations and Maintenance Service Manuals under the authority of FAR 6.302-1. Contract type will be firm-fixed-price. General Dynamics Canada Ltd, 3785 Richmond Road, Ottawa ON CAN K2H5B7 is the sole manufacturer of this equipment. The equipment is required to support the AN/SQL-20B Countermeasures Set. The Display Touch Panels from General Dynamics Canada Ltd. is the only commercial-off-the-shelf item that has been identified meeting the government’s minimum requirement. The Display Touch Panels must meet the software protocols and interfaces of the AN/ALQ-20B Source Control Drawing, 1005910P-1 and be fully ruggedized and meet the military specifications applied to the original AN/ALQ-20B system. 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 Display Touch Panels (P/N: 161611-906 4x8 ETM 1-1) Quantity of 6 Each; CLIN 0002 Operations and Maintenance Service Manuals Quantity of 6 Each. The proposal along with completed representations and certifications is due by 15 April 2003. Award is anticipated no later than 30 April 2003 with a required delivery date of 5 months after receipt of contract. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: D. Wickline, Code 4.5.9.1. 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) All information technology to be provided to the government under this contract, and which is required to perform date/time processing involving dates subsequent to December 31, 1999, shall be Year 2000 compliant. (b) “Year 2000 compliant” means that the information technology to be provided under this contract, functioning alone or in combination with other supplies to be provided under this contract, 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. (c) Failures resulting from Government Furnished equipment that is not Year 2000 compliant are not covered under this clause. 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) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (3) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (4) 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and (5) 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). Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (NOV 1995) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2003) applies to this acquisition. (b) The Contractor agrees to comply with the following list of Defense FAR Supplement 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; (2) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (Alternate I)(MAR 2000)(10 U.S.C. 2631); and (3) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the 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 clauses, 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 (MAY 2002)(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 (NOV 2001) 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, 15 April 2003. 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 (full text available at www.arnet.gov/far) and DFAR provision 252.212-7000 (full text available at www.acq.osd.mil/dp/dars/dfars.html) 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 #N00421-03-R-0083.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-03-R-0083/listing.html)
 
Place of Performance
Address: General Dynamics Canada Ltd. 3785 Richmond Road Ottawa ON CAN
Zip Code: K2H5B7
Country: Canada
 
Record
SN00293517-F 20030403/030401222039 (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.