Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
SOLICITATION NOTICE

59 -- RF Power Wattmeter and Accessories

Notice Date
12/15/2005
 
Notice Type
Solicitation Notice
 
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
N00421-06-T-0033
 
Response Due
12/27/2005
 
Archive Date
1/11/2006
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-06-T-0033 is issued as a request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-06 and DCN20051209. The applicable NAICS is 334515 with a small business size standard of 500 employees. The Government intends to solicit and negotiate with Bird Electronic Corporation, 30303 Aurora Road, Solon, OH 44139. The following items being procured are: CLIN 0001: QTY 8, RF Power Wattmeter, PN 4421; CLIN 0002: QTY 3, 1.8-32 MHz Power Sensor, PN 4021; CLIN 0003: QTY 5, 25-1000 MHz Power Sensor, PN 4022; CLIN 0004: QTY 8, Rack Mount Panel, PN 4421-205. The contractor shall deliver all items to: Receiving Officer, Supply Dept Bldg 665, 47159 Vaughn Rd. (NASSU), Patuxent River, MD 20670-1614 with an anticipated delivery date of 2 February 2006. This contract is expected to be awarded on 3 January 2006. Inspection and acceptance shall be made at destination. Shipping is FOB 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 deliverables listed in the schedule. Bird Electronic Corporation is the only known company that has a readily available product completely meeting all government requirements, including: a real-time, in-line power measurement capability. Further, the items being procured from Bird Electronic Corporation are compatible with existing hardware and software. This notice of intent is not a request for competitive quotes offering alternate equipment. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Standard Time, 27 December 2005, will be considered by the Government solely for the purpose of determining whether to initiate a 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 capabilities of the alternate equipment. The Government reserves the right to process the procurement on a sole source basis for the equipment based upon the responses received. The Government will not pay for any information received. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration (Oct 2003); FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005), FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep 2005)and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The Government intends to award this contract to Bird Electronic Corporation, therefore, the provision at 52.212-2 Evaluation ? Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate Quotations to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoice for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certification - Commercial Items (Mar 2005). The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items (Sep 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 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), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restrictions on Certain Foreign Purchases (Mar 2005), and 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204.7004 Required Central Contractor Registration Alternate A (Nov 2003). Within DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2005), the following clauses apply and are incorporated by reference: 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jun 2005) and 252.247-7023 Transportation of Supplies by Sea (May 2002), Alternate III. Proposals are due to AIR 2.5, Contracts, Vicki Miles 2517, by 2:30 PM Eastern Standard Time, 27 December 2005. All proposals shall be submitted via email to vicki.miles@navy.mil. All responsible sources may submit a quotation that shall be considered by the agency. For information regarding this solicitation contact Vicki Miles, phone: (301) 757-9718, fax: (301) 757 0200, or email: vicki.miles@navy.mil.
 
Place of Performance
Address: N/A
 
Record
SN00953108-W 20051217/051215212801 (fbodaily.com)
 
Source
FedBizOpps 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.