Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
MODIFICATION

58 -- Racal Wordsafe Maxima Recorders

Notice Date
5/19/2004
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
N00421-04-R-0083
 
Response Due
5/28/2004
 
Archive Date
6/12/2004
 
Point of Contact
Rebecca Woods, Contract Specialist, Phone (301) 995-8943, Fax (301) 995-8670, - Don Mumbert, Contracting Officer, Phone 301-995-8553, Fax 301-995-8670,
 
E-Mail Address
rebecca.woods1@navy.mil, Donald.Mumbert@navy.mil
 
Small Business Set-Aside
Total Small Business
 
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 N00421-04-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 01-22 and Defense Federal Acquisition Regulations Supplement Change Notice 20040323. This action is 100% small business set-aside and the associated North American Industry Classification Systems (NAICS) code for this requirement is 334511 with a size standard of 750 employees. The Government intends to award a firm-fixed price contract on a competitive basis. The hardware required is Racal Wordsafe Maxima Recorders. The recorders must have a time-synchronization capability, which will be required to play back ATC data and concurrent audio during accident investigations, and is legally admissible during legal proceedings. Also, the physical attributes of the recorder (size, weight) must be compatible with existing shipboard installation of the AN/TPX-42A(V)14. The Racal Wordsafe Maxima Recorders are the only commercial-off-the-shelf item that can meet these identified Government minimum requirements. THIS NOTICE OF INTENT IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. The contract line item numbers and description for this competitive procurement are**CLIN 0001 Racal Wordsafe Maxima Recorder consisting of: 32 Channel Dual Deck Mainframe (P/N: WM3202); Dual AC Power Supply (P/N: WMO004F); Ws Maxima Radar Option (P/N: WMO019); each recorder shall include: User Manual, one red key, two black keys, two analog cable connectors, top cover, and two sides (Qty of 3 EA); CLIN 0002 Racal Wordsafe Maxima Recorder consisting of: 32 Channel Dual Deck Mainframe (P/N: WM3202); Dual AC Power Supply (P/N: WMO004F); Ws Maxima Radar Option (P/N: WMO019); each recorder shall include: User Manual, one red key, two black keys, two analog cable connectors, top cover, and two sides (Qty of 1 EA); CLIN 0003 Maintenance Manual (P/N: WMA004) (QTY of 3 EA); CLIN 0004 Wordsafe Deck Module (P/N: 40164-111-10) (Qty of 7 EA); CLIN 0005 Installation Manual (P/N: WMA007) (Qty of 3 EA); and CLIN 0006 Operator’s Manual (P/N: WMA006) (Qty of 3 EA). The proposal along with completed representations and certifications is due by 28 May 2004. Award is anticipated no later than 30 June 2004 with a required delivery date of 30 days after award of contract. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Ernie 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. Contract Data Requirements Lists (CDRLs) A001 and A002 apply to this acquisition and are available upon request. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2003) 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 (JAN 2004) ALTERNATE I (APR 2002), FAR 52.219-1, SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2002) ALTERNATE I (APR 2002), FAR 52.215-6 PLACE OF PERFORMANCE (OCT 1997), DFARS 252.212-7000 OFFEROR REPRESENATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS (NOV 1995), AND DFARS 252.225-7000 BUY AMERICAN ACT—BALANCE OF PAYMENTS PROGRAM CERTIFICATE (APR 2003) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) 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 200 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 (MAR 2004) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C 3553). (b) The Contractor shall 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (OCT 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003)(15 U.S.C. 644); (3) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C. 637 (d)(2) and (3)); (4) 52.219-14, Limitations on Subcontracting (DEC 1996)(15 U.S.C. 637(a)(14)); (5) 52.222-3, Convict Labor (JUNE 2003)(E.O. 11755); (6) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2004) (E.O. 13126); (7) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (8) 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246); (9) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); (10) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); (11) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); (12) 52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (13) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be required by the clause—(i) 52.219-8, Utilization of Small Business Concerns (October 2000)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219.9 in lower tier subcontracts that offer subcontracting opportunities; (ii) 52.222-26, Equal Opportunity (April 2002)(E.O. 11246); (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (December 2001) (38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793); (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.); (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (April 2003)(46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) The provision at 252.212-7001 CONTRACT TERMS AND CONDIDITONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2004) applies to this acquisition. (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: (1) 252.225-7001, Buy American Act and Balance of Payment Program (APR 2003)(41 U.S.C. 10a-10d, E.O. 10582); (2) 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003)(10 U.S.C. 2533a); (3) 252.243-7002, Certification of Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410). (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 ( APR 2003)(10 U.S.C. 2533a); 252.247-7023, Transportation of Supplies by Sea (MAY 2002)(10 U.S.C. 2631)l 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631). (End of Clause) The provision at 252.204-7004 Alt A Required Central Contractor Registration (NOV 2003) applies to this solicitation. Proposal is due to Rebecca Woods, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 28 May 2004. The Government reserves the right to process the procurement on a firm-fixed price 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, FAR provision 52.219-1, FAR provision 52.215-6, DFARS provision 252.212-7000, or DFARS provision 252.225-7000 contact Rebecca Woods, Code 251213, Tele#301-995-8943 or via e-mail: rebecca.woods1@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 (301-995-8943). Number Note 1**END SYNOPSIS/SOLICITATION #N00421-04-R-0083. ** NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (19-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-R-0083/listing.html)
 
Place of Performance
Address: Contractor's Facility
 
Record
SN00589201-F 20040521/040519214936 (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.