Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 27, 2000 PSA #2734
SOLICITATIONS

58 -- ENG STUDIO PRODUCTION KIT

Notice Date
November 22, 2000
Contracting Office
Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
ZIP Code
20684-0010
Solicitation Number
N00421-01-R-0079
Response Due
December 7, 2000
Point of Contact
Sally Starky -- 301-862-8894
E-Mail Address
Sally Starky, Contract Specialist 251225 (starkysa@navair.navy.mil)
Description
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 not being requested and a written solicitation will not be issued. Solicitation Number N00421-01-R-0079 is issued as a request for proposal (RFP). This action is to procure one (1) Engineering News Gathering (ENG) Studio Production Kit, as required by the United States Special Operations Command (USSOCOM). This kit will provide essential equipment for the Theater Media Production Center (TMPC) of the U.S. Army Psychological Operations (PSYOP) Command Broadcast System (POBS) under the authority of FAR Part 6.302-1. The ENG kits must be compatible with the existing mobile platform formats in order to satisfy the U.S. Army Psychological operations (PSYOP) Command mission requirements. Thus to maintain congruency with the existing mobile platform systems, the ENG kits must comprise the below-referenced producer equipment. The ENG Studio Production Kit, consists of the following Brand Name Mandatory items and associated quantities: 12 Anton Bauer Batteries, 3 Anton Bauer Battery Chargers, 3 Anton Bauer Battery Bracket, 2 Middle Atlantic Rack Mount Kits for AGW3, 4 FEC Rack Mount Kits, 2 JVC PAL Duplicators, 3 Audio Technic Microphones, 3 Electrovoice Microphones, 2 Lowel Light Kits, 1 Denon CD/Cassette Player, 1 Tascam Dual DAT Recorder/Player w/LAD302, 2 Atlas Sound Microphone Stands, 4 Atlas Sound Tripod w/Boom, 4 Tec Nec windscreens, 8 Lowel Total Spare Lamps, 8 Lowel Omni Spare Lamps, 2 Sony SX Editing Recorder/Players, 5 Sony Betacam SP PAL Recorder/Players, 12 Sony Rack Mount Kits, 2 Sony Mini Disc Recorder/Players, and 3 Sony DNW7 Camcorder with case and required associated equipment and manuals. A copy to the complete description of the above described components, including part numbers, is provided at the NAVAIR Home Page, Open Solicitations under N00421-01-R-0079 which can be accessed at http://www.navair.navy.mil/business/ecommerce/index.cfm. Also posted at this site will be full text copy of the Offeror Representations and Certifications (52.212-3 & 252.212-7001 incorporated by reference below) and Contract Data Requirement List, DD Form 1423. While these commercial items that can be procured from numerous dealers, it is vital that the listed items be acquired and delivered as a kit to minimize the costs and delays associated with placing and administrating multiple awards. Therefore this requirement is being competed through a combined synopsis/solicitation under Simplified Acquisition Procedures (SAP) FAR Part 13, to offerors able to provide all of the kit's components within the required sixty (60) day delivery date after contract award. One single award will be made to the company able to provide the entire kit for the lowest priced proposal and deliver within the 60-day after award timeframe. The proposal along with completed representations and certifications is due by 07 December 2000 to Sally Starkey, Contract Specialist 2.5.1.2.2.5, E-mail StarkeySA@navair.navy.mil, Phone (301) 862-8894, FAX (301) 862-8670. Award is expected to be place by 22 December 2000 with an expected delivery date of 20 February 2001. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: David Larson, SOMS-B ECP 6. 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 rights 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 deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The Government will evaluate the proposal for fairness and reasonableness in accordance with simplified procedures as defined in FAR Subpart 13.5 prior to making an award. The offeror shall provide back-up information that verifies the price offered. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (OCT 2000) Alternate I with its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 1999) and DFAR 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000) are 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) Describe existing 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 (AUG 2000) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor and (3) 52.233-3, Protest After Award. (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 contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; (2) 52.219-8, Utilization of Small Business Concerns; (3) 52.222-21, Prohibition of Segregated Facilities; (4) 52.222-26, Equal Opportunity; (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (6) 52.222-36, Affirmative Action for Workers with Disabilities; (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (8) 52.225-13, Restriction on Certain Foreign Purchase: (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (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; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996). **End of clause** Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its proposal. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAR 2000) 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) 252.225-7001, Buy American Act and Balance or Payment Program; (2) 252.225-7007, Buy American Act-Trade Agreements Balance of Payments Program; (3) 252.225-7012, Preference for Certain Domestic Commodities; (4) 252.227-7015, Technical Data-Commercial Items; (5) 252.227-7037, Validation of Restrictive Markings on Technical Data; and (6) 252,243-7002, Certification of Requests for Equitable Adjustment. (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. **END OF SYNOPSIS/SOLICITATION #N00421-01-R-0079.
Web Link
Navair Homepage (www.navair.navy.mil)
Record
Loren Data Corp. 20001127/58SOL003.HTM (W-327 SN5073B8)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on November 22, 2000 by Loren Data Corp. -- info@ld.com