Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

17 -- Power PC Single Board Computers

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
334111 — Electronic Computer 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-0095
 
Response Due
3/21/2006
 
Archive Date
4/5/2006
 
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 combined synopsis/solicitation is set aside 100% for small business concerns. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference document number for this is N00421-06-T-0095. 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 334111. The Government intends to purchase twenty (20) PowerPC Single Board Computers along with a Set Up Fee and Shipping Charges included, necessary to Support the AN/TPX-42A(V)14 with Field Change (FC) 1& FC 2 Shipboard Air Traffic Control (ATC) System on a Brand Name Mandatory Firm Fixed-Price limited competitive basis. The requested items will be competitively procured through the original equipment manufacturer (OEM) or their distributors. Procurement of other than the specified equipment would result in additional cost to the Government associated with providing reengineering, training, and documentation changes. GD California is the sole manufacturer of the requested systems. The required line items are as follows: Item 0001- six (6) units of PowerPC Single Board Computers. Item 0002 ? seven (7) units of PowerPC Single Board Computers. Item 0003 - seven (7) units of PowerPC Single Board Computers. Item 0004 ? Set Up Fee for PowerPC Single Board Computers. Item 0005 - Shipping Fee for PowerPC Single Board Computers. The quote along with a completed representations and certifications is due by 21 March 2006, 2:00 p.m. Eastern Standard Time. Award is anticipated no later than 31 March 2006. The items shall be shipped FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010 M/F Ernie Eichhorn, Code 4.5.9.2. The required delivery date is within three weeks after receipt of order. 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 right 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. 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. The offeror shall provide back-up information, supporting information that verifies the price quoted. This could consist of a copy of the current catalog or price list, invoices from previous sales of the identical items, etc. 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. 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. The provision of 252.204-7004 Required Central Contractor Registration (NOV 2003) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR ITEMS OTHER THAN THE BRAND NAME GD CALIFORNIA POWER PC SINGLE BOARD COMPUTERS (AS NOTED ABOVE, WITHIN THIS SOLICITATION). However, responsible interested parties may submit information in which they identify their interest and capability by 21 March 2006, 2:00 p.m. Eastern Standard Time. The Government will not pay for any information received. OFFERS SHALL BE SUBMITTED VIA E-MAIL OR FACSIMILE BY 14:00 EST ON 21 March 2006. For information contact Steven M. Williams, Code 251213, at (301) 995-8943, Fax (301) 995-8670 or e-mail to steven.m.williams2@navy.mil. **END**
 
Place of Performance
Address: Bldg 8110, NAS Patuxent River Webster Field, St. Inigoes, MD
Zip Code: 20684-0010
Country: United States
 
Record
SN01001651-W 20060309/060307212455 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.