Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
MODIFICATION

59 -- Real-time Telemetry Processing System IV upgrades

Notice Date
6/22/2004
 
Notice Type
Modification
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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-0102
 
Response Due
7/1/2004
 
Archive Date
7/16/2004
 
Point of Contact
Kenneth Pirko, Contract Specialist, Phone (301) 757-9721, Fax 301-757-0200,
 
E-Mail Address
Kenneth.pirko@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 N00421-04-R-0102 is being issued as a Request for Proposal. This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 2001-23 and DCN 20040513 Edition. This requirement is not set aside for small business. The applicable North American Industry Classification System code is 334515, and the small business size standard is 500 employees. Offerors must be registered in the Central Contractor Registration (CCR) database prior to submission of an offer to be considered for award of any DOD contract. This may be accomplished electronically at http://www.ccr.gov/vendor.cfm. The government intends to solicit and negotiate on an other than full and open competitive basis with Western Graphtec Inc. under the authority of FAR 6.302-1. The Western Graphtec Inc. equipment is completely interchangeable and interoperable with existing equipment. This notice is not a request for full and open competitive proposals. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 2:00 P.M. Eastern Standard Time July 1,2004, will be considered by the government solely for the purpose of determining whether to initiate a full and open competitive procurement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on an other than full and open competitive basis based upon responses received. The Government will not pay for any information received. The contract is for strip chart equipment for the RTPS IV Upgrade, including line item numbers: CLIN 0001: Eight-channel linearcorder with thermal pens, includes 8 X 40 mm wide channels, pen motors, chart drive, quantity: sixteen (16) each; CLIN 0002: Medium Gain plug-in amp, 5 mV-100 Volts/cm, quantity: one hundred & twenty eight (128) each; CLIN 0003: BNC input connector option, priced per channel, quantity: one hundred & twenty eight (128) each; CLIN 0004: IRIG-B timecode option for the eight-channel linearcorder with thermal pens, quantity: sixteen(16)each; CLIN 0005: Vertical, 90 degree tilt-out rack-mounts for the eight-channel linearcorder with thermal pens, 21” high, quantity: sixteen(16)each; CLIN 0006: Special configuration, as specified herein; clear plexiglas pen cover, power cables to be use at 90 degree/right angle, remote I/O connector/cable to be use at 90 degree/right angle, pack of z-fold paper (instead of standard roll), Medium Gain plug-in amp, 5 mV-100 Volts/cm ext./shaft ext. for gain control adjustment, quantity: sixteen(16)each. The proposal should include Freight On Board (f.o.b.) Destination shipping terms. Deliveries shall occur no later than 45 days after date of order. The award date is anticipated to be July 9, 2004. Delivery will be to the Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road, (NASSU), Patuxent River, MD 20670. Inspection and Acceptance shall be 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 terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract will take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. The clause at 52-212-1, Instructions to offerors-Commercial Items, (Jan 2004) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to Western Graphtec Inc., therefore; the provision at 52-212-2 Evaluation-Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate Western Graphtec Inc. to determine the price fair and reasonable in accordance with FAR Part 13, before making award. The offeror shall provide backup information verifying the price offered; ex. A copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications -- Commercial (May 2004) and DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items (Nov 1995) with its proposal. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (May 2004) applies, however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, (Oct 1995), 52.219-8, Utilization of Small Business Concerns, (May 2004), 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), 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), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 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), 52.225-13, Restriction on Certain Foreign Purchases (Dec 2003)(E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). DFARS Clause, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2004) is incorporated by reference. In paragraph (a) FAR 52.203-3, Gratuities, (Apr 1984) will apply. However, for paragraph (b) only the following clauses apply: 252.205-7000, Provision of Information To Cooperative Agreement Holders, (Dec 1991), 252.211-7003 Item Identification & Valuation (JAN 2004), 252.225-7001 Buy American Act and Balance of Payments Program. (APR 2003), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 Alt III Transportation of Supplies by Sea, (MAY 2002), 252.247-7024 Notification of Transportation of Supplies by Sea. (MAR 2000). Proposals are due to Mr. Kenneth Pirko, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 588, Suite 2, 47253 Whalen Road, Patuxent River, MD 20670, either by e-mail: Kenneth.Pirko@navy.mil or fax (301) 757-0200 by 2:00 P.M. Eastern Standard Time, July 1, 2004. Questions regarding this notice should be e-mailed to Mr. Kenneth Pirko at Kenneth.Pirko@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-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-0102/listing.html)
 
Place of Performance
Address: Western Graphtec, Inc., 11 Vanderbilt, Irvine, CA
Zip Code: 92618-2067
 
Record
SN00608036-F 20040624/040622212629 (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.