Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538

Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051

58 -- DATA ACQUISITION UNITS SOL N00406-00-T-0281 DUE 022800 POC Carrie Bender (360)476-7175 E-MAIL: Contracting Officer, carrie_lawson-bender@puget.fisc.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation N00406-00-T-0281 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. The provisions and clauses incorporated herein may be read in full at http://farsite.hill.af.mil. This is an only known source procurement, with a SIC code of 3661 and a maximum of 1000 employees to qualify as a small business. The U.S. Navy requires the following: CLIN 0001 2 each Data Acquisition Units (DAU's) which include the following components: TSM module, DSP module, hydrophone module, power supply, analog cables, F/O cables, AUX output cable, backplane, TEC panel, PC-104 computer,DAU assembly, burn-in and testing, packaging and shipping. The DAU's are to be constructed utilizing existing DAU carcasses, which will be provided as GFE. All hardware and software must be Y2K compliant. CLIN 0002 1 lot Drawing set for DAU, to include wiring diagram of DAU backplane; supervisory computer (PC-104) interconnection wiring; power distribution for entire DAU; current wiring diagram showing the pinout of all hydrophone and accelerometer signals, and the corresponding slot and channel numbers on the DAU -- must also show pinouts for all connectors on the DAU (J1 thru J15, and auxiliary outputs J21, Jss, and J23); all interconnection cable assembly drawings, wiring diagrams of all fiber optic transceiver I/O showing fiber optic loops; wiring diagram showing all inputs for machinery status; schematic and layout drawings, and complete parts list for each of the electronic modules, including TSM module, DSP module, and hydrophone module. Delivery: The DAU's must be provided F.O.B. Destination according to the following delivery schedule: 1st delivery, 01 June 2000; 2nd delivery, 15 August 2000. The place of delivery is: NSWC Carderock Div., C/732 Bldg 15, 9500 McArthur Blvd, West Bethesda, MD 20817-5700. Constructive acceptance period will be Provisions: The following FAR and DFARS provisions apply to this acquisition and will be included in full or by reference, as appropriate, in any subsequent award document: 52.212-1, Instructions to Offerors -- Commercial; 52.211-8, Time of Delivery; 52.247-34 F.O.B Destination; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (including 52.203-6 Alternate 1; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.232-33); DFARS 252.212-7001 (including 252.225-7012; 252.225-7021; 252.243-7002; 252.247-7024); 52.212-3 A1, A3 Offeror Representations & Certs -- Commercial Items; 252.212-7000 Offeror Representations & Certs -- Commercial Items; 252.225-7017 Prohibition on Award to Companies Owned by the People's Republic of China; 252.225-7020 Trade Agreements Certificate; 52.212-1 Instructions to Offerors -- Commercial Items; 52.215-5 Facsimile Proposal. A single, firm fixed price award will be made as a result of this procurement effort. Per FAR 5.203(h), the solicitation closing date has been reduced to 10 days from announcement. Offers are due on 28 February 2000 at 3:00 p.m. PDT. To be negotiated on an other than full and open competition basis in accordance with 10 USC 2304(c)(1) with Cyberdyne, Inc., 15760 Ventura Blvd Suite 2011, Encino CA 91436-3002, as implemented by FAR 6.302-1. To be procured under Simplified Acquisition Procedures. All responsible sources may submit a quotation which, if received in a timely manner, shall be considered. This is a combined synopsis/request for quotation or solicitation and this announcement constitutes the only solicitation, a written request for quotation/solicitation document will not be issued. Offers may be faxed to: Carrie Lawson Bender at (360) 476-6479. E-mail responses may be received at carrie_lawson-bender@puget.fisc.navy.mil. The mailing address is: Contracting Officer (Code 205.CB, Fleet and Industrial Supply Center, Puget Sound, 467 W Street, Bremerton, WA 98314-5120. Posted 02/14/00 (W-SN425222). (0045)

Loren Data Corp. http://www.ld.com (SYN# 0188 20000216\58-0004.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page