Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

59 -- Requirement of a 2193 AZ/EL POSITIONER

Notice Date
6/27/2007
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0083
 
Response Due
7/16/2007
 
Archive Date
7/31/2007
 
Point of Contact
Robert Myers, Contract Specialist, Phone 301-995-2055, Fax 301-757-9046, - Benjamin Hansford, Contracting Officer, Phone (301) 757-9742, Fax (301) 757-9046,
 
E-Mail Address
rob.myers@navy.mil, benjamin.hansford@navy.mil
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N00421-07-R-0083 is issued as a request for Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-17, Defense Acquisition Circular 91-13, and DFARS Change Notice 20070531. This action is set aside for small businesses. This requirement is being synopsized as a competitive, small business set-aside acquisition under the North American Industry Classification System code 334515. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement to procure a 2193 Az/El Positioner. The Positioner must mount directly on Building 2183 (Within Patuxent River Naval Air Station). See the attached interface drawing.. NOTE: (Attachment will be given pure request) (Contact Robert Myers per below Phone No#). The Positioner must be compatible with the existing Orbit/FR Positioner Controller Model AL-4806-3A, and the Orbit AL-4106-2-6A Power Control Unit. The Positioner interface must be an exact duplicate of the SA-53650 positioner currently owned by the FARM; or it must provide an interface that connects diretly to the Orbit AL-4106-2-6A Power Control Unit and AL-4806-3A Positioner Controller, currently owned by the FARM. If the vendor chooses to directly connect to the existing equipment, the Positioner to Power Control Unit cables must be 15 feet and the Positioner to Positioner Controller cable (tachometer) must be 35ft. The Positioner must have slip rings with a minimum of 24 contacts. The positioner must have a Rotary Joint that covers dc to 18 GHz, and has a ?N? precision RF connector (female to female). The Top Az table must have 24 equally spaced 7/8? ? 9 UNC holes, with the hole centers on a 29? radius. All quotes technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (Sep 2006) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. The Government will award in accordance with FAR part 13 on a lowest priced ? technically acceptable basis. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoices for the same equipment, etc. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt 1, Offeror Representations and Certifications ? Commercial Items (Nov 2006) with its quote including DFARS 252.212-7000 Offeror Representations and Certification ? Commercial Items (June 2005) if applicable. FAR 52.212-4 Contract Terms and Conditions ?Commercial Items (Feb 2007) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders ? Commercial Items (Mar 2007), is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003)(E.O. 11755), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 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), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) is incorporated by reference, for paragraph (a) 52.203-3 Gratuities (APR 1984) applies, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Quotes are due to Robert Myers, Contract Specialist, rob.myers@navy.mil via email, fax (301) 995-2055, or mail by 2:00 P.M. Eastern Standard Time, Jul 20, 2007. Mailed proposals may be sent to: Naval Air Warfare Center AD, 2.5.1.4.3.5, Bldg 441, 21983 Bundy Road, Patuxent River, MD 20670. Questions regarding this notice should be addressed to Robert Myers at (301) 995-2055.
 
Place of Performance
Address: Naval Air Warfare Center AD (Pax), Code: 2.5.1.4.3.5 Building 441, 21983 Bundy Road, Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01329390-W 20070629/070628031735 (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.