Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

58 -- 0010166090

Notice Date
2/28/2006
 
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
0010166090
 
Response Due
3/9/2006
 
Archive Date
3/24/2006
 
Small Business Set-Aside
Total Small Business
 
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. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation/Reference Number 0010166090 is being issued as a request for quote (RFQ)FOR BRAND NAME MANDATORY REQUIREMENT. The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and Defense Federal Acquisition Regulations Supplement Change Notice 20051220. The Government intends to award a firm-fixed-price order for this Procurement. THIS IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Contractors will need to provide the following: CLIN 0001: (1 EACH) (POT-FIM72) POTOMAC FIELD STRENGTH, CLIN 0002: (1 EACH) (POT-FIM71) POTOMAC FIELD STRENGTH, CLIN 0003: (1EACH) (POT-P14100)POTOMAC MEDIUM WAVE FIELD. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334220 with a size standard of 750 employees. The quote is due by 9 March 2006. Award is anticipated no later than 16 March 2006 with a required delivery date of 30 March 2006. FOB Destination to Receiving Officer, BLDG 8115, Villa Road Unit 11, St. Inigoes, MD 20684-0010. 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 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. Offeror shall complete the provision FAR 52.212-3 via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov/login.aspx. If the Offeror is unable to complete the Online Representations and Certifications Application, the 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 (JAN 2006) 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) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004)(E.O. 13201; (9) 52.225-13, Restrictions on Certain Foreign Purchases (AMR 2005)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); (10) 52.225-15, Sanctioned European Union Country End Products (Feb 2000)(E.O. 12849); (11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); (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 complete a copy of the provision at DFAR 252.212.7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (NOV 1995). DFAR 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 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) 52.203-3 Gratuities (Apr 1984)(10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); (2) 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004) (10 U.S.C.2533a); (3) 252.247-7023 Transportation of Supplies by Sea (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) and DFAR 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) apply to this solicitation. The Government will not pay for any information received. Offers shall be submitted via e-mail or facsimile by 15:30 EST on 9 March 2006. For information contact Samuel Ansani, Code 251233, at (301) 995-8894, Fax (301) 995-8670 or e-mail to samuel.ansani@navy.mil . **END**
 
Place of Performance
Address: 8110 Villa Rd, St. Inigoes MD,
Zip Code: 20653
Country: USA
 
Record
SN00996348-W 20060302/060228213715 (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.