Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1997 PSA#1868

Commander, Naval Sea Systems Command, SEA 029P,2531 Jefferson Davis Hwy, Arlington, VA 22242-5160

43 -- MAM(MAINTENANCE ASSIST MODULE)KIT FOR THE TROUBLESHOOTING AND D IDENTIFICATION OF REPAIRS FOR LABARGE CONTROLLERS SOL N00024-97-R-9009 DUE 063097 POC Randolph Serman III, Contracting Officer (703) 602-8998 (i.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Any resulting contract from this solicition will be a Firm Fixed Priced contract. (ii.) This SOLICITATION NUMBER N00024-97-R-9009 is issued as a request for proposal. (iii.) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #90-46 and Defense Acquisition Circular #91-12. (iv.) The following clause is incorporated FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 1995)(a)(1) The standard industrial classification (SIC) code for this acquisition is 3563 . (2) The small business size standard is 500 . (3) The small business size standard for a concern which submits an offer in its own name, other than on aconstruction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents and certifies as part of its offer that it [ ] is, [ ] is not a small business concern. (2) (Complete only if offeror represented itself as a small business concern in block (b)(1) of this section.) The offeror represents as part of its offer that it [ ] is, [ ] is not a small disadvantaged business concern. (3) (Complete only if offeror represented itself as a small business concern in block (b)(1) of this section.) The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (c) Definitions. Small business concern, as used in this provision, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. Small disadvantaged business concern, as used in this provision, means a small business concern that is (1) at least 51 percent unconditionally owned by one or more individuals who are both socially and economically disadvantaged, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more socially and economically disadvantaged individuals, and (2) has its management and daily business controlled by one or more such individuals. This term also means a small business concern that is at least 51 percent unconditionally owned by an economically disadvantaged Indian tribe or Native Hawaiian Organization, or a publicly owned business having at least 51 percent of its stock unconditionally owned by one or more of these entities, which has its management and daily business controlled by members of an economically disadvantaged Indian tribe or Native Hawaiian Organization, and which meets the requirements of 13 CFR Part 124. 'Women-owned small business concern,' as used in this provision, means a small business concern -- (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to sections 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act.(v.) List of CONTRACT LINE ITEM NUMBERS: CLIN 0001: STAR LPAC MAMS KIT P/N 66613016 (quantity 28 ea.), CLIN 0002: Combined STAR LPAC and 5R5 HPAC MAMS KIT P/N 66612733 (quantity 13 ea.) (vi.) DESCRIPTION OF REQUIREMENTS: The Naval Sea Systems Command intends to enter into a sole source contract with LaBarge Electronics Division, 11616 E. 51st Street, Tulsa, OK 74146 for LaBarge Controller MAM (Maintenance Assist Module) Kits.CLIN 0001 LaBarge P/N 66613016 for the testing of the LaBarge Controller P/N 66612186 which is installed on the Navy Low Pressure Air Compressor STAR LPAC, and CLIN 0002 P/N 66612733 for the combined testing of LaBarge Controller P/N 66612186 installed on the STAR (LPAC) and LaBarge Controller P/N 66612125 installed on the RIX 5R5 (HPAC) Air Compressors. Also in each MAM'S Kit the following will be included: a PLACARD identifying the location of each card in the case, and instructions for troubleshooting and repair procedures for use with the STAR LPAC and 5R5 HPAC. All cards should be packaged in accordance with section 5 of MIL-M-28787D and protected from ESD in accordance with MIL-STD-1686C and MIL-HDBK-263B. This contract will be sole source because LaBarge is the sole source and manufacture of the MAMs kits which are used to assist personnel in the troubleshooting and repair of LaBarge Controllers which are also developed and manufactured by LaBarge.(vii.) DELIVERY for CLIN 0001 is to be made FOB Origin to the following destination and noted quantities: Shipment #1 NAVSEA Staging Facility Atlantic, C/O Push Pull Team Attn.: Stan Diggs, 116 Lake View Parkway, Suffolk, Va. 23435-2699, N00024-97-C-9009. 1 M/F AS-39, 1 M/F AO-178, 1 M/F AOE-3, 1 M/F AOE-4, 2 M/F CVN-65, 1 M/F DDG-55, 1 M/F DDG-57, 1 M/F DDG-58, 1 M/F DDG-61, 2 M/F LHA-2, 2 M/F LHA-3, 1 M/F LSD-52 for a total of (15) MAM Kits. Shipment #2 for CLIN 0001 is to be made FOB Other to the following destination and noted quantities: NAVSEA Staging Facility Pacific, GSA Federal Service Center Bldg.#7 Bay C, C/O Push Pull Team Attn: Chris Christensen, 5600 Rickenbacker Road, Bell, Ca. 90201, N00024-97-C-9009. 1 M/F AOE-2, 2 M/F CV-62, 1 M/F DDG-54, 1 M/F DDG-56, 1 M/F DDG-59, 1 M/F DDG-60, 2 M/F LHA-1, 2 M/F LHA-3, 2 M/F LHA-5 for a total of (13) MAM Kits. DELIVERY for CLIN 0002 is to be made FOB Other to the following destination and noted quantities: Shipment #1 NAVSEA Staging Facility Atlantic, C/O Push Pull Team Attn.: Stan Diggs, 116 Lake View Parkway, Suffolk, Va. 23435-2699, N00024-97-C-9009. 1 M/F LSD-50, 1 M/F LSD-51, 2 M/F LHD-5, 2 M/F LHD-6, 2 M/F LHD-7, 1 M/F Fleet Technical Support Center Atlantic (FTSCLANT) Code 4332 Attn.: Dennis Balsly, 1 M/F Carderock Division Naval Surface Warfare Center Philadelphia (CDNSWC-PA) Code 9214 Attn.: Jeff Craighead for a total of (10) MAM Kits. Shipment #2 for CLIN 0002 is to be made FOB Origin to the following destination and noted quantities: NAVSEA Staging Facility Pacific, GSA Federal Service Center Bldg #7 Bay C, C/O Push Pull Team Attn.: Chris Christensen, 5600 Rickenbacker Road, Bell, Ca. 90201, N00024-97-C-9009. 1 M/F AOE-10, 1 M/F LSD-49, 1 M/F Fleet Technical Support Center Pacific (FTSCPAC) Code 303 Attn.: Gerry Donahue for a total of (3) MAM Kits. Delivery and Acceptance for CLIN'S 0001 & 0002 will be made at the above destinations and in the noted quantities within 26 weeks of ARO. (viii.) FAR 52.212-1 Instructions to Offerors-Commerical, is incorporated by reference and applies to this acquisition. (ix.) 52.212-2, Evaluation-Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM, 52.212-2, Para. (a). The following factors shall be used to evaluate offers: (I) Technical capability, (ii) Past Performance, (iii) Delivery, (iv) Price. Technical capability and Past Performance when combined, are more important then price(x.) Offerors shall include a complete copy of the provision 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERICAL ITEMS, with its proposal. Offerors in need of this clause may contact the POC in item 11 for a copy, or if you have access to the WORLD WIDE WEB you may get a copy at the following address: http//www.gsa.gov/far/. (xi.) FAR 52.212-4 "Contract Terms and Conditions -- Commerical Items" is incorporated by reference and applies to this acquisition and resulting contracting. ADDENDUM 52.212-4, Para. (o). The Contractor will warrant these MAM (Maintenance Assist Module) Kits for twelve (12) full months from the date the Kit is first put into service, or thirty-six (36) months from the date of receipt/inspection at the Staging Facility which ever occurs first. (xii.) FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commerical Items (Oct.1995) is incorporated in this contract by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate 1. FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C.423). FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns and Women-Owned Small Business Concerns. FAR 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan. FAR 52.219-14, Limitation on Subcontracting. FAR 52.222-26, Equal Opportunity 9E.O. 11246). FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (29 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C.793). FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10). (xiii.) Additional contract requirements. N/A (xiv.) DPAS rating C9E. (xv.) CBD Numbered Note: N/A. (xvi.) One proposal is due 7/01/97 at 2:00 PM Eastern Standard Time at the Naval Sea Systems Command, Code 029P Bldg. NC3/Rm 4E12, 2531 Jefferson Davis Hwy, Arlington, Va. 22242-5160. Offerors Must acquaint themselves with the NEW regulations concerning Commerical item acquisition contained in FAR subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this solicitation. (xvii.) For questions regarding this specific acquisition contact Mr. Randolph Serman (703) 602-8998. (0164)

Loren Data Corp. http://www.ld.com (SYN# 0249 19970617\43-0001.SOL)


43 - Pumps and Compressors Index Page