Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
MODIFICATION

58 -- Digital Voice Logging Recorder Systems

Notice Date
5/28/2003
 
Notice Type
Modification
 
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-0032
 
Response Due
6/4/2003
 
Archive Date
6/19/2003
 
Point of Contact
Cathy Hayden, Contract Specialist, Phone (301) 995-8894, Fax (301) 995-8670,
 
E-Mail Address
haydenmc@navair.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The response date is hereby modified to 4 June 2003. This extension will provide for an appropriate time to respond to the additional answers to questions that have been received (starting with Question 23 in document Q&A3). Award is currently anticipated by 7 July 2003. The original synopsis/solicitation, with revised due dates is shown below. 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-03-R-0032 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 13.5, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-05 and Defense Federal Acquisition Regulations Supplement Change Notice 20020314. This action is 100% set aside for small business. NAICS is 334220 with a size standard of 750 employees. This solicitation replaces solicitation N00421-02-R-3193 in its entirety. N00421-02-R-3193 was cancelled on 22 July 2002. Historical information as well as the Answers to vendor Questions from the previous solicitation can be found on the NAVAIR Homepage at http://www.navair.navy.mil/doing_business/open_solicitations/. The Government intends to award a competitive firm-fixed-price contract on greatest value basis for Digital Voice Logging Recorder Systems. The contract line item (CLIN) numbers and descriptions for this procurement are **CLIN 0001 Digital Voice Logging Recorder Systems per Statement of Work (SOW) Paragraphs 3.0 through 3.1.16 (qty 22 ea) and CLIN 0002 Data for Item 0001 per Contract Data Requirements List (CDRL), Exhibit A. The proposal (including technical and past performance information) along with completed representations and certifications is due by 4 June 2003 and shall have a minimum acceptance period of 60 days. Proposals shall be consistent with requirements set forth in 5252.215-9522, CONTENT OF PROPOSALS (MAR 1999) (NAVAIR). A copy of Content of Proposals (5252.215-9522), Representations and Certifications (52.212-3 & 252.212-7000), SOW, CDRLs, and Evaluation ? Commercial Items (52.212-2) may be found on the NAVAIR Homepage website shown above. Award is anticipated by 7 July 2003. FOB Destination to Receiving Officer, NAWCAD, Building 8115, Villa Road, St. Inigoes, MD 20684-0010, M/F: Johnny Trifone / AFRC. 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. The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2002) FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUL 1996) DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (NOV 2001) The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) and 5252.215-9530 EVALUATION FACTORS FOR AWARD (HARDWARE) (MAY 1999) (NAVAIR) will apply to this acquisition. A copy of these clauses that include basis for award and evaluation factors for award may be found on the NAVAIR Homepage web site shown above. The evaluation factors, in descending order of importance are Technical, Price/Cost, and Past Performance. The Government reserves the right to select which proposal offers the greatest value to the Government. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUL 2002) ALTERNATE I (APR 2002) and DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995) with its quote. The following clauses are incorporated by full-text and apply to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2002) (a) The Contractor shall 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). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: (Contracting Officer shall check as appropriate.) (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3). (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (12) 52.222-26, Equal Opportunity (E.O. 11246). (13) 52.222-35, Equal Opportunity for Special Disabled Veterans. Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212). (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212). (16) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (E.O. 13126). (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) and (24) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C. 1241)(flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2003) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003) (10 U.S.C. 2533a). 252.232-7003 Electronic Submission of Payment Requests (MAR 2003) (10 U.S.C. 2227). 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 252.247-7023 Transportation of Supplies by Sea (MAY 2002). (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. 2533a). 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) (End of clause) The following addendum is added: 5252.246-9503, YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR) (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; and (c) Failures resulting from Government Furnished equipment that is not Year 2000 compliant are not covered under this clause. THIS NOTICE OF INTENT IS A REQUEST FOR COMPETITIVE QUOTES FOR THE LINE ITEMS LISTED IN THIS SYNOPSIS. Responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Cathy Hayden, Contract Specialist, Naval Air Warfare Center Aircraft Division, Villa Road, Building 8110, Unit 11, St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 4 June 2003. For information regarding this solicitation, contact Cathy Hayden, Code 251225, Telephone Number 301-995-8894 or via e-mail haydenmc@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 (301-995-8894). **END SYNOPSIS/SOLICITATION #N00421-03-R-0032. **
 
Place of Performance
Address: Villa Road, Bldg 8110, Unit 11, St. Inigoes, MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00333610-W 20030530/030528213543 (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.