Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

61 -- RF Cables W1-W7

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-T-0009
 
Archive Date
12/14/2010
 
Point of Contact
Kathryn Wood,
 
E-Mail Address
kathryn.wood1@navy.mil
(kathryn.wood1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This sole source basis intent notice is hereby changed from a sole source basis with Times Microwave Systems of Wallingford CT to a limited competition between Times Microwave Systems of Wallingford CT, and its authorized distributors. In addition this amendment is converted to a synopsis/solicitation. All interested offers must provide a proposal under the instructions provided in this combined synopsis/solitation N68335-11-T-0009. This is a combined synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes only the solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number N68335-11-T-0009 is issued as a limited competition between Times Microwave Systems and its authorized distributors. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. NAICS 335929 applies. Contract line items Numbers (CLINS) are as follows: CLIN 0001 RF Cable Assembly W1 AE15260 P/N 1128SCAV1040-1 QTY 4, CLIN 0002 RF Cable Assembly W2 AE15261 P/N 1128SCAV1040-3 QTY 4, CLIN 0003 RF Cable Assembly W3 AE15255 P/N 1128SCAV1040-5 QTY 4, CLIN 0004 RF Cable Assembly W4 AE15256 P/N 1128SCAV1040-7 QTY 4, CLIN 0005 RF Cable Assembly W5 AE15259 P/N 1128SCAV1040-9 QTY 4, CLIN 0006 RF Cable Assembly W6 AE15257 P/N 1128SCAV1040-11 QTY 4, and CLIN 0007 RF Cable Assembly W7 AE15258 P/N 1128SCAV1040-13 QTY 4. Award will be based on the lowest price technically acceptable which the offerors who can provide all the P/Ns listed above. Offerors will be evaluated on a strict/pass/fail basis. Technical acceptability will be based on the offerors capability of providing all the P/Ns. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 04 weeks after contract award. FOB Destination. Ship unit to: N68335, NAWCAD LKE HWY 547 BLDG 195 (HANGAR 6), LAKEHURST NJ 08733, M/F: EA-6B SE (Driver must be a US citizen to enter JBMDL Lakehurst) Inspection and Acceptance will be at Source. FAR 52.212-1 Instructions to Offerors - Commercial Items, is incorporated by reference. Award will be made to the lowest priced, technically acceptable offeror. Offerors shall include a completed copy, (unless offeror indicates they have an ORCA) of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. Item Identification and Valuation; 252.211- FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 252.232-7003, Electronic Submission of Payment Requests; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Additional requirements. Warranty: The Offeror's commercial warranty of at least one year shall apply and should be stated in the Technical Proposal/Descriptive Literature. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. Proposals are due by 4:00 p.m EST 29 October 2010 at the Naval Air Warfare Center Aircraft Division Lakehurst, ATTN: Code 25221KW, Kathryn Wood, Hwy 547 Bldg. 562-3, Lakehurst, NJ 08733-5082. Electronic offerors are acceptable via email to Kathryn.wood1@navy.mil or fax 732-323-7440 Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. Name and telephone number of individual to contact for information regarding the solicitation: Kathryn Wood, (732) 323-4478, fax (732) 323-7440, e-mail: Kathryn.wood1@navy.mil. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-T-0009/listing.html)
 
Record
SN02325344-W 20101111/101109234533-5149d2daa0d9444b0f4b6601734cb5e8 (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.