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 -- SONY MPEG IMX EDITOR AND ANCILLARIES

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
N00421-06-T-0021
 
Response Due
11/9/2005
 
Archive Date
11/24/2005
 
Description
Solicitation Number N00421-06-T-0021 is hereby released as a combined synopsis/solicitation for ?Brand Name Mandatory? Sony commercial products 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 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-06 , effective 30 September 2005, and Defense Federal Acquisition Regulations Supplement Change Notice 20051011. The Government intends to award a Firm-Fixed Price Purchase Order for Commercial Items on a ?Brand Name Mandatory? basis for the products listed below under the authority of FAR 6.302-1. Quotes are hereby requested and a written solicitation will not be issued. The Naval Air Warfare Center-Aircraft Division (NAWCAD), Special Communications Requirements Division (SCRD), St. Inigoes, MD, has a requirement for the Sony MPEG IMX Editor and Ancillaries in support of the United States Special Operations Command Psychological Operations Broadcast System that is utilized for the Product Distribution System Flyaway Spares Program. The Contract Line Item Numbers (CLINs) and Descriptions for this procurement are: ** CLIN 0001 - P/N: MSWA20001 SONY MPEG IMX Editing Recorder (Qty. - 2 Units Ea); CLIN 0002 - P/N: BKMWE3000 NEUTRIK e-VTR Option Kit (Qty. ? 2 Units Ea); CLIN 0003 - P/N: RMM131 SONY Rack Mount Kit For IMX/HDCAM (Qty. ? 2 Units Ea); CLIN 0004 - P/N: AMP1A WOHLER Audio Monitor Speaker System 2 Channel (Qty. ? 2 Units Ea); CLIN 0005 - P/N: AMP1DA WOHLER Inrack Self Power Speaker (Qty. ? 2 Units Ea); and CLIN 0006 - P/N: NADITBNCF NEUTRIK AES/EBU Digital Audio Adapter (Qty. ? 2 Units Ea). ** The Government shall have 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 deliverables 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 provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The North American Industry Classification Systems (NAICS) code for this requirement is 334220, ?Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing? with a size standard of 750 employees. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforms to the solicitation and is considered to be most advantageous to the Government. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (MAR 2005), is incorporated by reference and applies to this acquisition. 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). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) applies to this acquisition. (a) The Contractor agrees to comply with the following 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) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to 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 or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (5) 52.222-26, Equal Opportunity (E.O. 11246); (6) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components?(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). DFARS 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. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, 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 (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. Award is anticipated by 14 November 2005, with a required delivery date of 16 December 2005. Contract is to be FOB Destination to Receiving Officer, NAWCAD, Building 8115, Villa Road, St. Inigoes, MD 20684-0010, and shall be Marked For (M/F) as specified. Inspection and acceptance shall be made at destination. Parties may identify their interest and capability to respond to this requirement. Information is due to Rosa Harding, Contract Specialist, Code 2.5.1.2.3.1, Naval Air Warfare Center-Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, by 3:30 P.M. EST, 9 November 2005. This procurement is Priority Rated DO. The Government will not pay for any information received and reserves the right to process the procurement based upon the responses received. For information regarding this proposed procurement action, contact Rosa Harding, Code 2.5.1.2.3.1, Telephone 301-995-6037 or via e-mail rosa.harding@navy.mil. If an offeror is not able to contact the point-of-contact (POC), above please fax correspondence/ requests to the Contracting Office care of the POC @ facsimile 301-995-8670.
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER-AIRCRAFT DIVISION BUILDING 8110 VILLA ROAD UNIT 11 ST. INIGOES MD
Zip Code: 20684-0010
Country: USA
 
Record
SN00925278-W 20051104/051102212327 (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.