Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOLICITATION NOTICE

59 -- ATIS Advantage Digital Recorder System Model 4600 and equipment.

Notice Date
4/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-T-0104
 
Response Due
4/25/2007
 
Archive Date
5/10/2007
 
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. The associated North American Industry Classification Systems (NAICS) code for this requirement is 334290, with a size standard of 750 employees. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-07-T-0104 is not issued as a request for quotes (RFQ). The incorporated document and provision and clauses are those in effect through Federal Acquisition Circular 2005-15 and Defense Federal Acquisition Regulations Revision 20070212. The Government intends to award a contract on a sole source basis for CLIN 0001 ATIS Advantage Digitial Recorder System, Model 4600 (P/N: 4600RS), Qty of 2 Ea.; CLIN 0002 Hot Swap Hard Disk Drive, 300 GB Raid 1 Configuration (P/N: HS-HDD), Qty of 4 Ea.; CLIN 0003 DVD RAM 4.7 Drive (P/N: 4600 AS 1), Qty of 2 Ea.; CLIN 0004 Analog 8 Channel Recording Card (P/N: 4600 RC 8), Qty of 8 Ea.; CLIN 0005 Network Time Synchronization Client (P/N: 4600ATC), Qty of 2 Ea.; CLIN 0006 Remote Alarm Indicator (P/N: 4600 RAI-1), Qty of 2 Ea.; CLIN 0007 Dual Hot Swap Power Supply (P/N: 4600 DPS), Qty of 2 Ea.; CLIN 0008 Blank Single Sided DVD Media (4.7) (P/N: HB47LU), Qty of 60 Ea.; CLIN 0009 DVD Drive Cleaning Kit (P/N: K200DCA), Qty of 2 Ea., under the authority of FAR 6.302-1(c). Contract type will be a firm-fixed price. ATIS, LTD, 1060 Windward Ridge Parkway, Alpheretta, GA 30005-3992 is the Original Equipment Manufacturer of the Model PL 4600, Digital Recorder System. ATIS, LTD is the only manufacturer that has developed the required digital recorders with the capability to meet the minimum requirement. The required recorders must possess the capability to provide numerous significant recording characteristics into single, compact, and ruggedized device. These features include secure recording, selectable continuous or on-demand archiving capability, Global Positioning System (GPS) Time Syncronization, acceptable of signal input from either analog or digital sources and it performs on/off-line playback without interuption of real-time recoring. This recorder is capable of meeting the minimum requirements of the Battle Control Center-CENTAF (BC3), Warfighter Urgent Capability Need (WUCN). The quote along with a completed representations and certifications is due by 25 April 2007. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, 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 right under the Inspection clause, nor does it limit 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 2006) 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 offeror shall provide back-up 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 item (s); etc. Offeror shall include a completed copy of the provision at FAR 52.213-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (APR 2002) ALTERNATE (NOV 2006) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS?COMMERCIAL ITEMS (SEP 2005) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999)(NAVAIR 5252.246-9503) (a). The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999; shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (i) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 1999; and (3) Describe the existing information that will be used with the information to be acquired and identify whether the existing information is Year 2000 compliant. (b) Year 2000 means; with respect to information technology, that the information technology accurately processes date/time (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations; used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS?COMMERCIAL ITEMS (NOV 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) 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003)( 15 U.S.C. 644). (2) 52.219-8, Utilization of Small Business Concerns (Oct 200015 U.S.C. 637 (d)(2) and (3)). (3) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (4) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (6) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (8) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Tresury). (9) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (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 (Jul 2005), 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.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 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) The provision of 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (NOV 2003) applies to this solicitation. Clauses 252.232-7003 Electronic Submission of Payment Request (May 2006) and 252.246-7000 Material Inspection and Receiving Report (Mar 2003). All Contractors will be required to register for Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at http://wawf.eb.mil; additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance line 1-800-559-WAWF (9293). THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR WORDSAFE MAXIMA RECORDERS PREVIOUSLY LISTED. However, responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11,Villa Road, St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 25 April 2007. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall, Code 251214, telephone number (301) 995-8950 or via-email at rhoda.hall@navy.mil. If an Offeror is not able to contact the Contracting Officer via e-mail, please fax correspondence/requests to the point of contact above at facsimile (301) 995-8670. Number Note 1, END SYNOPSIS/SOLICITATION N00421-07-T-0104.
 
Place of Performance
Address: 1060 Windward Ridge Parkway, Alpheretta GA
Zip Code: 30005-3992
Country: UNITED STATES
 
Record
SN01270254-W 20070412/070410221232 (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.