Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2005 FBO #1315
SOLICITATION NOTICE

66 -- DUAL CHANNEL RECEIVER COMBINER SYSTEMS

Notice Date
7/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
N00421-05-R-0128
 
Response Due
7/15/2005
 
Archive Date
7/30/2005
 
Point of Contact
Randolph Serman, Contract Specialist, Phone (301) 757-9712, Fax 301-757-0200, - Thomas Stann, Contracting Officer, Phone (301) 757-9714, Fax (301) 757-0200,
 
E-Mail Address
randolph.serman@navy.mil, thomas.stann@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 Number N00421-05-R-0128 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-4, the Defense Acquisition Circular 91-13, and DCN 20050621. This action is not set aside for small businesses. The applicable NAICS is 334220 and the small business size standard is 750 employees. The Naval Air Warfare Center Aircraft Division intends to solicit and negotiate on an Other Than Full and Open Competitive Basis with SYSTEMS ENGINEERING & MANAGEMENT COMPANY for nine each Dual Channel Receiver Combiner Systems, P/N RC600A consisting of P/N PCT601M, P/N PCR616F, P/N PCDC601, P/N RC600CH4, P/N RC600FPD, and P/N PCPK600 under the authority of FAR 6.302-1. SYSTEMS ENGINEERING & MANAGEMENT COMPANY. is the sole manufacture of this product. The required products must be completely interchangeable and interoperable with existing equipment. 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 capabilities statement received by 2:30 PM Eastern Standard Time, 15 July 2005 will be considered by the Government solely for the purpose of determining whether to initiate a full and open 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 quotation. The Government reserves the right to process the procurement on an other than full and open competitive basis based upon the responses received. The Government will not pay for any information received. The proposal shall include Free On Board (f.o.b.) Destination shipping terms. The contractor shall deliver the above product to: Receiving Officer, Supply Dept Bldg 665 Ste2, Naval Air Station, 47179 Vaughn Rd., Patuxent River MD 20670-1614, by 25 September 2005. 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. FAR 52.212-1 Instructions to Offerors—Commercial Items (Jan 2005) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to SYSTEMS ENGINEERING & MANAGEMENT COMPANY. Therefore, the provision at 52.212-2 Evaluation—Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate the offerors proposal 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; e.g. a copy of current catalog, price list, and invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 including Alt 1, Offeror Representations and Certifications—Commercial Items (Mar 2005) (E.O. 11246) 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 Statutes or Executive Orders-commercial Items (Apr 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and 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 Disabled Veterans and Veterans of the Vietnam Era and other eligible veterans (Dec 2001) (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jun 2004) (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (Mar 2005), 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 (Jun 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 (May 2002) Alt III Transportation of Supplies by Sea, (MAY 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). The DFARS clause at 252.204.7004 Alternate A (Nov 2003) Required Central Contractor Registration (Mar 2000) is incorporated by reference. FAR 52.252-2, clauses Incorporated by Reference (FEB 1998) also applies to this acquisition. The full text of a clause may be accessed electronically at this/these address(es); http://farsite.hil..af.mil/ or http://www.arnet.gov.far. Quotations are due to Contracts, Randolph Serman III code 251731 Bldg 588 Suite 2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463 by 2:30 P.M. Eastern Standard Time, 15 July 2005. For information regarding this solicitation contact Randolph Serman III via phone (301) 757-9712, fax (301) 757-0200, or e-mail Randolph.serman@navy.mil . NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-JUL-2005); 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/N00421-05-R-0128/listing.html)
 
Record
SN00840900-F 20050703/050701211954 (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.