Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

58 -- BRAND NAME MANDATORY REQUIREMENT FOR AVL 2.0M CARBON SNG ANTENNA

Notice Date
11/2/2005
 
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
Reference-Number-N00421-06-P-0088
 
Response Due
11/9/2005
 
Archive Date
11/24/2005
 
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. This announcement constitutes the only solicitation. The reference document number for this is N00421-06-P-0088. The incorporated document, provisions, and clauses are those in effect through Federal Acquisition Circular 2005-06 and Defense Acquisition Circular 20051011. The applicable NAICS code is 334220. The Government intends to purchase an AVL Antenna/Satellite Tracker on a Brand Name Mandatory Firm Fixed-Price basis citing statutory authority permitting other than full and open competition, Title 10 USC 2304 (1) Only One Responsible Source and no other Supplies or Services will satisfy Agency Requirements, as implemented by FAR 6.302-1. The AVL equipment being purchased includes the TracStar one-button fully automatic satellite acquisition controller, not offered by other antenna providers with a similar 2 meter dish. The one-button controller is a strict requirement as operators of the equipment will not always be skilled in satellite communications technology. Additionally, the patented Roto-Lok drive system offered by AVL is a mandatory requirement. The vehicle is designed to interface with the Roto-Lok pedestal. Procurement of other than the specified equipment would result in additional cost to the Government associated with providing reengineering, training, and documentation changes. AVL Technologies is the sole manufacturer of the requested systems. The required line items are as follows: Item 0001- P/N: 2010K - 2.0M CARBON SNG ANTENNA, INCLUDES: 2 AXIS ROTO-LOK POSITIONER 400 DEGREE AZ & 0-90 DEGREEEL; 2.0 METER AVL CARBON FIBER SINGLE-PIECE REFLECTOR; 2-PORT PRECISIONFEED; LIMITED FUNCTION 3-AXIS JOG CONTROLLER WITH AUTO-STOW; 25FT (8M)RG59 COAX AND CONTROLLER PALLETIZED 2-PORT C-BAND LINEAR FEED ASSEMBLY AND ARTICULATING FEED PLATFORM. Item 0002 - TRACSTAR ONE-BUTTON FULLY AUTOMATIC SATELLITE ACQUISITION CONTROLLER. Item 0003 - TRACSTAR CONTROLLER PACKAGED IN 1 RU RACK MOUNT CHASSIS. Item 0004 - FEED BOOM MOUNTING KIT OF SINGLE HPA ON FEED BOOM. Item 0005 - ARTICULATING FEED BOOM & PALLETIZED FEED PLATE FOR KU-FEED. Item 0006 - PALLETIZED 2-PORT C-BAND LINEAR FEED ASSEMBLY AND ARTICULATING FEED PLATFORM. Award is expected to be 10 November 2005. The items will be shipped FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010. The required delivery date is 3 January 2006 or earlier. FAR 52.212-1 INSTRUCTIONS TO OFFERORS ?COMMERCIAL ITEMS (JAN 2005) is incorporated by reference and applies to this acquisition. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (MAR 2005) with its offer. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS ? COMMERCIAL ITEMS (SEP 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS (SEP 2005) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (Aug 1996)(31 U.S.C 3553); (2) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (2) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (4) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246); (5) 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); (6) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (7) 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); (8) 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); (c) NOT APPLICABLE; (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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 and 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 type and 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(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) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O.13201); (vi) 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.); (vii) 52.247-64, Preference for Privately Owned U.S.-Flagged 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, (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). Offeror shall include a completed copy of the provision at DFAR 252.212.7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (JUN 2005) with its quote. DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) is incorporated by reference. (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. (1) 252.247-7023 Transportation of Supplies by Sea (May 2002), Alternate III (May 2002). (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 (FAR 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 I (Apr 2003)(10 U.S.C. 2533a); 252.247-7023 Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000)(10 U.S.C. 2631). The clause at DFAR 252.204.7004 Alternate A (NOV 2003) applies to this solicitation. THIS IS A BRAND NAME MANDATORY REQUIREMENT. However, responsible interested parties may submit information in which they identify their interest and capability by 9 November 2005. The Government will not pay for any information received. The Government reserves the right to split the award for this requirement. OFFERS SHALL BE SUBMITTED VIA E-MAIL OR FACSIMILE BY 15:30 EST ON 9 NOVEMBER 2005. For information contact Susan Supplee, Code 251223, at (301) 995-8899, Fax (301) 995-8670 or e-mail to susan.supplee@navy.mil. **END**
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION, VILLA ROAD, BLDG 8115, SAINT INIGOES, MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00925277-W 20051104/051102212326 (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.