Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1999 PSA#2380

Department 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