Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SOLICITATION NOTICE

20 -- Advanced Display System Console and Drawers

Notice Date
4/14/2003
 
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-R0045
 
Archive Date
5/13/2003
 
Point of Contact
Rita Pegg, Contract Specialist, Phone (301) 995-8690, Fax 301-995-8670, - Don Mumbert, Contract Specialist, Phone 301-995-8553, Fax 301-995-8670,
 
E-Mail Address
peggra@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-0045 is issued as a request for proposals (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-11 and Defense Federal Acquisition Regulations Supplement Change Notice 20021220. The associated North American Industry Classification Systems (NAICS) code for this requirement is 332322 with a size standard of 500 employees. The Government intends to award a contract on a sole source basis to General Kinetics Incorporated; 10688-D Crestwood Drive, Manassas, VA 20109 is the sole manufacture of this equipment. This requirement is to procure thirty-five (35) Advanced Display Systems (ADS) Console and Drawer units under the authority of FAR 6.301-1. These units shall accommodate the size, weight and technical specifications of the OD-220/TPZ-42A (V) 14 Display Enclosure. The consoles and drawers are used with the Amphibious Traffic Control (AATC) and Carrier Air Traffic Control Center systems aboard various Navy ship classes. Use of a console and drawers other than General Kinetics Incorporated would require the government to redesign the shipboard operational program, hardware, and procure new display controllers so as to maintain interface compatibility with the existing Advanced Display System (ADS) OD-220/TPX-42 A (V). The contract will be negotiated as a firm-fixed price. General Kinetics Incorporated is the only commercial-off-the-shelf item that has been identified meeting the government's minimum requirement. 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 ADS Console Assembly; Part Number 807-850-D-1 Quantity of 35 Each; CLIN 0002 ADS Drawer Assembly Part Number 807-863-D-1 Quantity of 35 Each; CLINN 0003 Fan Mounting Plate Part Number 7366604-00 Quantity 35 Each; CLIN 0004 EMI Switch Plate Part Number 7369632-00 Quantity 35 Each; CLIN 0005 EMI Switch Plate Part Number 7369632-05 Quantity 35 Each; CLIN 0006 EMI Switch Plate Part Number 7369632-03 Quantity 35 Each; CLIN 0007 Cable Assembly Part Number 7369635-00 Quantity 35 Each; CLIN 0008 Power Control Panel Part Number 7366631-00 Quantity 35 Each; CLIN 0009 Power Control Panel Bracket Part Number 7369672-01 Quantity 35 Each; CLIN 0010 Operator Control Panel Part Number 7366985-00 Quantity 35 Each; CLIN 0011 Media Carrier Part Number 7369645-00 Quantity 35 Each; CLIN 0012 Drive Mounting Plate Part Number 7366613-00 Quantity 35 Each; CLIN 0013 SHOTT, EMI Filter Assembly Part Number 5000220A-XX Quantity 35 Each. The proposal along with completed representations and certifications is due by 28 April 2003. Award is anticipated no later than 5 May 2003 with a required delivery date of 28 May 2003. 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 (JULY 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). DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2002) is incorporated by reference. The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, is 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 (19 U.S.C.2501-2518 and 19 U.S.C. 3301 note); (2) 252.225-7012 Preference for Certain Domestic Commodities (10.U.S.C. 2533a); (3) 252.225-7014 Preference for Domestic Specialty Metals (10 U.S.C. 2533a); (4) 252.227-7015 Technical Data--Commercial Items(10 U.S.C. 2320); (5) 252.243-7002 Certification of Requests for Equitable Adjustment (10 U.S.C. 2410); (6) 252.247-7023 Transportation of Supplies by Sea, Alternate I (10 U.S.C. 2631); (7) 252.247-7024 Notification of Transportation of Supplies by Sea (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 (10 U.S.C. 2533a); 252.247-7023 Transportation of Supplies by Sea (10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). (End of clause) The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. Proposal is due to Rita Pegg, 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, 28 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 contact Rita Pegg, Code 251212, Tele#301-995-8690 or via e-mail: Peggra@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 (301-995-8342) or telephone (301-995-8342). Number Note 22 applies **END SYNOPSIS/SOLICITATION # N00421-03-R-0045. **
 
Place of Performance
Address: Naval Air Warfare Center, Aircraft Division, Bldg # 8110, Unit 11 Villa Road, St. Inigoes, Maryland 20670-5304
Zip Code: 20670-5304
Country: USA
 
Record
SN00303229-W 20030416/030414213635 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.