Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2005 FBO #1280
SOLICITATION NOTICE

16 -- Lifetime Buy of Field Programmable Gate Arrays (FPGAs) for F/A-18 and AV-8B Advanced Mission Computers (AMCs)

Notice Date
5/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-05-T-0013
 
Response Due
6/10/2005
 
Archive Date
6/25/2005
 
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; a quote is being requested and a written solicitation will not be issued. Solicitation Number N00019-05-T-0013 is issued as a Request for Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20050323. This action is not set aside for a small business. The applicable NAICS is 334419 and the small business size standard is <500 employees. This is a DO rated order with an assigned rating of A70. This requirement is being procured sole source through General Dynamics Advanced Information Systems (GDAIS), Bloomington, MN. Required delivery date: within 60 days of contract award. The Naval Air Systems Command Headquarters (NAVAIR HQ), Patuxent River MD has a requirement to protect the production repair capability of the Advanced Mission Computer and Displays (AMC&D), the mission system for the F/A-18 and AV-8B aircraft. A commercial part component of the Advanced Mission Computer (AMC) Input-Output Module (IOM), FPGA part number XC4044XL2HQ3041 is to become obsolete. The requirement to protect AV-8B production and life cycle support of lots 25-29 for the F/A-18, which necessitates the procurement of approximately 140 FPGAs. There are no other known parts that meet form, fit, and function replacement requirements. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. GDAIS is the Original Equipment Manufacturer (OEM) of the AMC IOM , as well as the designated repair facility, and as such is the only source capable of procuring these parts to protect forward-fit production and repair. It is anticipated that a firm-fixed price type purchase order will be awarded. All hardware items will ship-in-place at the contractor?s facility; FOB Origin with Inspection and Acceptance at Origin applies. Inspection and Acceptance of the supplies and services to be furnished hereunder shall be performed at the supplier?s plant, Bloomington, MN by the cognizant Administrative Contracting Officer (ACO) or their duly authorized representative. The contract line item number and description is: CLIN 0001 FPGA p/n XC4044XL2HQ3041; Quantity 140 each; period of performance: 60 days after contract award; CLIN 0002 Program Management Support and Storage of parts; 1 Lot, Not Separately Priced (NSP). 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 any Inspection clause that may be in the contract, nor does it limit the Government?s rights with regard to the other terms and conditions of this purchase order. 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 deliverables listed in the schedule. The Statement of Work for this effort is provided as an attachment to this synopsis/solicitation. Award is expected to be on or before 30 June 2005. The supplies to be furnished hereunder shall be preserved, packaged and packed in accordance with best commercial practices to assure safe delivery at destination. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2004) is incorporated by reference and applies to this acquisition, except that there is an addendum to paragraph (h) in that this will be a single award. The provision at 52.212-2 Evaluation -- Commercial Items (Jan 1999) does not apply to this acquisition, as it is sole source procurement. The government will evaluate GDAIS? proposal for fairness and reasonableness accordance with FAR Part 15.4 prior to making award. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2005) Alt I (Apr 2002), FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25 Affirmative Action Compliance (Apr 1984) and 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Apr 2003) with quotes. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (October 2003) is incorporated by reference and applies to this acquisition. The following addendum is hereby added: 5252.246-9503 Year 2000 Compliance (Mar 1999) (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. (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 (Jan 2004) (DEVIATION): (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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 the 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 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. (b) 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- (i) 52.219-8, Utilization of Small Business Concerns (Oct 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 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 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). (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 (Apr 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, (c) 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. The following additional FAR clauses are incorporated in this solicitation by reference: 52.204-7 Central Contractor Registration (Oct 2003), 52.209-6 Protecting the Government?s Interest When Subcontracting With Subcontractors Debarred, Suspended, or Proposed for Debarment, 52.211-15 Defense Priority And Allocation Requirements (Sep 1990), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), and 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (Dec 2003), 52.232-23, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.247-29 F.O.B. Origin (June 1988), DFARS 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 and includes the following additional DFARS clauses which are also incorporated in this solicitation by reference: 252.204-7004 Alt A Central Contractor Registration Alternate A (Nov 2003), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.247-7023 Transportation of Supplies by Sea (May 2002) Alt III (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS clause 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) also applies to this solicitation. Although this combined synopsis/solicitation is not a request for competitive proposals, all responsible sources may submit a quotation, which shall be considered by the agency. The Government will not pay for any information received. The quote is due by 4:00 P.M. Eastern Daylight Time 10 June 2005, and should be emailed to Janine Stratakes at janine.stratakes@navy.mil. Further inquiries regarding this notice or requests for FAR provision 52.212-3 and/or DFARS provision 252.225-7000 should be directed to the same.
 
Place of Performance
Address: General Dynamics, Advanced Information Systems, 8800 Queen Avenue South, Bloomington, MN
Zip Code: 55431
Country: USA
 
Record
SN00817789-W 20050529/050528093440 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.