Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2003 FBO #0703
SOLICITATION NOTICE

66 -- modulation analyzer

Notice Date
10/29/2003
 
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
Reference-Number-N00421-10073641
 
Response Due
11/12/2003
 
Archive Date
11/27/2003
 
Point of Contact
Betty Goddard, Contract Specialist, Phone 301) 757-9719, Fax 301-757-0200,
 
E-Mail Address
goddardba@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Number N00421-10073641 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-15and DCN 20030821. The Government intends to solicit and negotiate on a SOLE SOURCE BASIS with BOONTON ELECTRONICS under the authority of FAR 6.302-1. Amongst other things, Boonton Electronics is the only supplier that could meet the minimum requirements of Frequency range: 150 KHz to 1300 Mhz, Input impedence 50 Ohms. The unit must also have the capability to perform transmitter testing, RF signal characterization and automatic test systems for accuracy and function. This notice of intent is not a request for competitive proposals. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All proposals received by 2:30 PM Eastern Standard Time, 12 Nov 2003 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. The firm fixed price contract line item number and item is: CLIN 0001-Model 8201-S/3 with IEEE 488 GPIB, qty 5 ea, Modulation Analyzer. The contractor shall deliver CLIN 0001 to: ISS Facility, Bldg 612, Bay 9, Marine Corps Air Station, Beaufort, SC 29904-5050, marked for: John Hall (843) 524-1405. Inspection and acceptance shall be made at destination, FOB 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 Government intends to award this contract to BOONTON ELECTRONICS. Therefore, the provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate BOONTON ELECTRONICS' proposal to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2002) with its proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2002) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2002) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126),52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications--Commercial Items (Nov 1995). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2000) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). The DFARS clause at 252.204.7004 Required Central Contractor Registration (Mar 2000) is incorporated by reference. Offers are due to Contracts, Betty Goddard, 251714 Bldg 588 S2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463 by 2:30 P.M. Eastern Standard Time, 12 Nov 2003. All responsible sources may submit a proposal, which shall be considered by the agency. For information regarding this solicitation contact Betty Goddard via phone (301) 757-9719, fax (301) 757-0200, or e-mail goddardba@navair.navy.mil.
 
Place of Performance
Address: ISS Facility, Marine Corp Air Station, Beaufort SC
Zip Code: 29904-5050
 
Record
SN00461603-W 20031031/031029213336 (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.