Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2003 FBO #0569
SOLICITATION NOTICE

58 -- REDCOM ISDN Gateway Switch (IGX) Equipment

Notice Date
6/19/2003
 
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-5561
 
Response Due
6/25/2003
 
Archive Date
7/10/2003
 
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-5561 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 contract to REDCOM Laboratories, Inc., One Redcom Center, Victor, NY 14564-0950 under the authority of FAR 6-302-1 ?Only One Responsible Source? for the procurement of REDCOM ISDN Gateway Switcch (IGX) Equipment. The IGX equipment must be 100% compatible with REDCOM phone switches previously procured. The applicable NAICS is 3344117 and the small business size standard is 500 employees. The contract line item numbers and descriptions are: CLIN 0001-Qty 1 each REDCOM Tactical Communications System (Custom One) consisting of 1 each p/n: IGX*C-IGX w/Command & Control features; 6 each p/n AUTOVON- Autovon; 6 each p/n: Toll Restriction - Toll restriction feature; 6 each p/n CO MF ? Feature Group C & D Signalling; 6 each P/N BOOK ? Phone Book Generation Program; 1 each p/n PSR ? Print Site Records Feature; 6 each p/n ISDN ? ISDN Features PRI BRI; 1 each p/n EXP ANN ? Allow expanded announcers; 1 each p/n FK0531-301-MA0531, 0.5 AMP; 2 each p/n MA0168-001 Modular Port Interface; 2 each p/n MA0531-006 Basic Rate S-Interface, Mod Port Intfc Aptr User/Network Side; 1 each p/n FK0060-001 Modular Port Interface; 1 each p/n SITE COCS Site Docs/V-List as required; 1 each p/n MNTAGMT ISDN PRI ISDN PRI?MTI Maint Agreement; 1 each p/n MNTAGMT ISDN BRI ISDN BRI Maint Agreement; 3 each p/n SA9079-103 REDCOM Two MSU IGX/TCP equipped with Ethernet; 3 each p/n EA9079-014 IGX/TCP, 14 units; 3 each p/n AK9079-002 IGX/TP, Power Distribution Panel; 1 each p/n FK0164-102 MA0614-101, 120VAC, 7AMP Norm-BLO, 250V, 3AG; 6 each p/n 000245-001 REDCOM TCP Playing Cards; 6 each p/n TK0060-005 TCP, w/Zone Cable, Ring Generator, 20 HZ, w/PFC; 3 each p/n AK9079-017 Interface/Zone Panels, TCP Custom 1, 2 Shelf; 3 each p/n AK9079-019 Drawer Assembly, TCP; 1 each p/n CA9079-T3A TSI and MPU Terminator, 37-Pin Y Rotation; 1 each p/n CA9079-T3B TSI and MPU Terminator, 37-Pin X Rotation; 1 each p/n CA9079-T08 TSI MPU 37-Pin Term, w/5P Cable 8 in; 1 each p/n CA9079-T5B Clock Synchronizer, Terminator, 5-Pin X Rotation; 2 each p.n CA9079-240 37-Pin Circular to 37-Pin Circular, w/Ground, 40 inches; 1 each p/n CA9079-140 Clock Sync to 5-Pin to 5-Pin Circ 40 inches; 1 each p/n CD8421-1001V60 IGX*C User?s Manual w/LCS, XDA and Host Features; 3 each p/n AK0125-102 Blank Panel, 3.5 inches high, Black, TCP; 6 each p/n AK9079-012 MSU Cell, 120 VAC, +/-5V, TCP; 6 each p/n TK064-017 TCP, w/Zone Cable, LN 8 Circuits, 600 OHM 3HWY Prot 5V; 1 each p/n MA0638-001 PCMCIA SRAM 1 MEG; 6 each p/n MA0689-001 Board-Set, Expanded TSI, IGX Basic Configuration; 48 each p/n TK0653-115 TCP, w/Zone Cable, LN 8 Circuits, 600 OHM 3HWY Prot 5V; 2 each p/n TK0531-322 TCP, w/Zone Cable, Basic Rate S-Interface Network Side; 1 each p/n MA0647-002 Announcer, 8x16-Mbit Flash; 8 each p/n TK0292-003 TCP, w/Zone Cable, Trunk, DS1, 2 Board Set; 2 each p/n TK0473-163-TCP, w/Zone Cable, UCLK Sync, ECL, PERM SWO, NOLCL; 3 each p/n TK0463-101 TCP, MT1 User Configuration, 4 each p/n TK0520-102-TCP, MF Senter/Receiver, 8 Circuits; CLIN 0002-Qty 1 each Comm Point Integrated Voice Mail Package consisting of 1 each p/n AK9054-002 Integrated 4 Port Tactical Voice Mail System VSR-Commpoint; 1 each p/n CH9082-325 Champ 50-Pin Male, 4 RJ-11 Male, 4 Wire, 25 ft; 1 each p/n TK0317-905 TCP, w/Zone Cable LN4 Circuits 900 OHM IMPED 1900 OHM LP; CLIN 0003-Qty 6 each P/N MA0637-008 PCMCIA Flash Memory 8 MEG; CLIN 0004-Qty 1 each REDCOM Link Command System (PC is not included) consisting of 1 each p/n MA0699-001 Link Command Software; 1 each p/n CONSOLE REDCOM Link Command System; 6 each p/n HOST=3 Host Computer Control +I/O; CLIN 0005-Qty 1 each Mission Support Kit for the REDCOM IGX consisting of 1 each p/n TK0531-322 TCP, w/Zone Cable, Basic Rate S-Interface Network Side; 1 each p/n TK0292-003 TCP, w/Zone Cable, Trunk, DS1, 2 Board Set, 1 each p/n TK0473-163 TCP, w/Zone Cable, UCLK Sync, ECL, PERM SWO, NOLCL; 1 each p/n TK0463-101 TCP, MT1 User Configuration; 1 each p/n TK0520-102 TCP, MF Sender/Receiver, 8 Circuits; 1 each p/n EA9079-014 IGX/TCP, 14 Units; 1 each p/n AK0125-103 Blank Panel, 5.25 inches high, Black, TCP; 1 each p/n AK0125-104 Blank Panel, 7.00 inches high, Black, TCP; 2 each p/n AK0450-001 Card Storage Rack, Tactical, Back to Back. Award is expected to be 30 June 2003. All deliveries shall be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Rd., St. Inigoes, MD 20684-0010. CLINs shall be delivered within thirty (30) of date of contract. 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 thirty (30) days after receipt of contract 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 52.227-1 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 5252.232-9000 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, 25 June 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: Building 8110, Unit 11, Villa Road, St. Inigoes, Maryland
Zip Code: 20684-0010
Country: US
 
Record
SN00352122-W 20030621/030620004727 (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.