|
COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1999 PSA#2380Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 70 -- LAMBDA POWER SUPPLIES SOL N00421-99-Q-5528 DUE 070999 POC Rhoda
Hall, Contract Specialist (Code 2.5.4.1.1.4) at (301) 862-8950 WEB:
Synopsis is available on the NAVAIR Homepage. Click,
www.navair.navy.mil. E-MAIL: Click here to contact the Contract
Specialist via, HALLRG@NAVAIR.NAVY.MIL. 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 N00421-99-Q-5528 is issued as a request for quote
(RFQ). The incorporated document and provisions and clauses are those
in effect through Federal Acquisition Circular 97-11 and Defense
Acquisition Circular 91-13. This action is unrestricted and not set
aside for small business. The applicable SIC is 3699 and the small
business size standard is <750 employees. The Government intends to
initiate a brand-name mandatory procurement of Lambda Electronics
power supplies. Lambda is the sole manufacturer of power supplies
required to satisfy the intended application. Market research indicates
that multiple distributors are capable of providing Lambda brand-name
power supplies. The contract line item numbers and descriptions are:
CLIN 0001-LAMBDA Power Supply (P/N: EWS-600P-24)(QTY OF 4), CLIN
0002-LAMBDA Power Supply (P/N: PM10-24S05)(QTY OF 18), CLIN 0003-LAMBDA
Power Supply (P/N: LZS-750-3)(QTY OF 18), CLIN 0004- LAMBDA Power
Supply (P/N: LZS-500-3)(QTY OF 18), CLIN 0005- LAMBDA Power Supply
(P/N: LZS-1000-3)(QTY OF 36), CLIN 0006- LAMBDA Power Supply (P/N:
LZS-150-3)(QTY OF 9), CLIN 0007- LAMBDA Power Supply (P/N:
LSZ-1000-3)(QTY OF 4). An award will be made to the offeror who submits
a responsive quote for all items listed at the lowest cost to the
Government. Offerors shall provide back-up information verifying the
price offered. This could take the form of the most recent catalog
price list, invoices from previous sales of same equipment, etc. Award
date is expected to be 12 July 1999 with a required delivery date of
10 August 1999 or before. Point of Contact at Lambda Electronics: Ms.
Linda Cuccia 516-694-4200. Shipping terms are FOB Destination to
Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD
20684-0010; M/F: John Tschupp/Robert Walsh(Code: 4.5.8.4.2). 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 deliverables listed in the schedule. FAR 52.212-1
INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (AUG 1998) is incorporated
by reference and applies to this acquisition. The provision at FAR
52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this
acquisition. The Government will evaluate all quotes for price
reasonableness in accordance with the provisions of FAR Part 15.
Offeror shall include a completed copy of the provision at FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I --
COMMERCIAL (JUN 1999) with proposals. FAR 52.212-4 CONTRACT TERMS AND
CONDITIONS -- COMMERCIAL ITEMS (APR 1998) is incorporated by reference
and applies to this acquisition The following addendum is added: YEAR
2000 COMPLIANCE (OCT 1998) (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 31, 1999; and (3) Describeexisting information that will be
used with the information technology to be acquired and identify
whether the existing information is Year 2000 compliant. (b) "Year 2000
compliant" means, with respect to information technology, that the
information technology accurately processes date/time data (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 STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS ([JAN
1999]*[OCT 1998]) applies to this acquisition. (a) The Contractor
agrees to comply with the following FAR clauses, which are incorporated
in this solicitation by reference, to implement provisions of law or
Executive orders applicable to acquisitions of commercial items: (1)
52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After
Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR
clauses in this paragraph (b) which the contracting officer has
indicated as being incorporated in this solicitation by reference to
implement provisions of law or executive orders applicable to
acquisitions of commercial items or components: 1)52.222-26, Equal
Opportunity (E.O. 11246), 2) 52.222-35, Affirmative Action for Special
Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C.
4212), 3) 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212), and 4)
52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels
(46 U.S.C. 1241). (e) Notwithstanding the requirements of the clauses
in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is
not required to include any FAR clause, other than those listed below
(and as may be required by an addenda to this paragraph to establish
the reasonableness of prices under Part 15), in a subcontract for
commercial items or commercial components -- (1) 52.222-26, Equal
Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3)
52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.
793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged
Commercial Vessels (46 U.S.C. 1241) (flow down not required for
subcontracts awarded beginning May 1, 1996). **End of clause** DFARS
252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF
COMMERCIAL ITEMS (OCT 1998) is incorporated by reference. The
Contractor agrees to comply with the following list of DFARS clauses
which are included in this solicitation by reference to implement
provisions of law or Executive Orders applicable to acquisitions of
commercial items or components: 1) Notification of Transportation of
Supplies by Sea (10 U.S.C. 2631). (c) In addition to the clauses listed
in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items clause of
this contract, the Contractor shall include the terms of the following
clause, 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 (10
U.S.C. 2241 note). The provision at 252.204-7004 Required Central
Contractor Registration (MAR 1998) applies to this solicitation. This
combined synopsis/solicitation is not a request for competitive
proposals for other than Lambda brand-name power supplies. However,
responsible interested parties may submit a proposal in which they
identify their interest and business size. Offer is due to Rhoda Hall,
Contract Specialist, Naval Air Warfare Center Aircraft Division,
Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30
P.M. Eastern Standard Time, 9 July 1999. 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 254114, Tele#301-862-8950 or via e-mail:
HallRG@navair.navy.mil. If an offeror is not able to contact the
Contracting Office via e-mail, please fax correspondence/requests to
the point of contact above @ facsimile (301-862-8670) or telephone
(301-862-8950). **END SYNOPSIS/SOLICITATION #N00421-99-Q-5528.** Posted
06/30/99 (W-SN349024). (0181) Loren Data Corp. http://www.ld.com (SYN# 0335 19990702\70-0007.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|