SOLICITATION NOTICE
16 -- 7.8V Lithium Battery Assembly P/N 1024327G-1
- Notice Date
- 10/15/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-03-T-0002
- Archive Date
- 11/1/2002
- Point of Contact
- Nellie Daugherty, Contract Specialist, Phone (301) 757-5905, Fax (301) 757-5956, - Stacy Bostjanick, Contract Specialist, Phone (301) 757-5900, Fax 301-757-5946,
- E-Mail Address
-
daughertynm@navair.navy.mil, bostjanickss@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 being requested and a written solicitation will not be issued. Solicitation Number N00421-03-T-0002 is issued as a Request for Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20021001. This action is not set aside for a small business. The applicable NAICS is 335912 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Systems Command has a sole source requirement for Engineered Assemblies Corporation (EAC) 7.8V Lithium Battery Assembly 1024327G-1 in support of the Common Identification Friend or Foe (IFF) Digital Transponder (CXP) Program. These battery assemblies are required by Army and Naval Aviation to support sparing requirements for CXP LRIP units and have been qualified and tested as part of the proposed CXP configuration baseline. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. EAC is the sole designer, developer, and currently the only qualified manufacturer of the requisite batteries for the CXP hardware. Therefore, this acquisition will be negotiated on a sole source basis with EAC 380 North Street, Teterboro, NJ 07608-1204. It is anticipated that a firm-fixed price type purchase order will be awarded. The contract line item numbers and descriptions are: CLIN 0001: 7.8V Lithium Battery Assembly Part No. 1024327G-1 quantity of 1,084 each. The supplies to be furnished hereunder shall be preserved, packaged and packed in accordance with best commercial practices to assure safe delivery at destination. Award is expected to be on or before 28 October 2002. Delivery is required to begin November 1, 2002 at the following address for the Navy: Navigation/Combat ID Systems, Bldg 110 Suite 1A, Attn: Debby Suter (AIR-4.11.4.2), Naval Air Warfare Center Aircraft Division, 22777 Saufley Rd., Unit 1, Patuxent River, MD 20670; [DODAAC: N00421] quantity 12, 01 November 2002; quantity 12, 01 December 2002. Delivery shall be at the following addresses for the Army: PEO Aviation, PM-AME ATTN: SFAE-AV-AS-AME (Babb), Bldg 5308 Basement, Redstone Arsenal, AL 35898-5000, quantity 10, 01 December 2002. AMCOM Project OLR, ATTN: Mark McMillin, 1202 A Rio Blvd., Killeen, TX 76543[(254) 287-3511/8362/0448] [DODAAC: AC1725], quantity 150, 03 January 2003; quantity 230, 03 February 2003; quantity 108, 03 July 2003; quantity 90, 03 August 2003. Commander AMCOM Project OLR, Building 6648, ATTN: Ron Hutchins, Sabre Army Air Field, Fort Campbell, KY 42223, [DODAAC: W91BF4, RIC: AJ5, UIC: WOH93H], quantity 120, 03 March 2003; quantity 120, 03 April 2003; quantity 120, 03 May 2003; quantity 112, 03 June 2003. FOB Destination with inspection and acceptance of all Contract Line Items made by signature of accepting authority at point of origin, Defense Contractor Management Agency (DCMA) representative, on a DD Form 250, Material Inspection and Receiving Report. Approval of DD Form 250 is contingent upon compliance with Acceptance Test Requirements. Certificates of Compliance (C of C) shall be provided to DCMA representative for Battery Cell (provided by supplier), and Battery Assembly. Acceptance requirements for Lithium Battery Assembly: A random sampling of five percent of each lot of battery assemblies shall be tested prior to shipment. If lot size is less than 100 battery assemblies then a minimum test sample of 5 assemblies shall be tested. The battery voltage shall be measured and shall not be less than 7.5 VDC while connected to a 50K ohm load. If any sample fails the tests, then every battery assembly of the lot shall pass the test prior to shipment. 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 any ?Inspection? clause that may be in the purchase order, nor does it limit the Government's rights with regard to the other terms and conditions of this purchase order. In the event of a conflict, the terms and conditions of the purchase order shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The Government will evaluate EAC?s quotation for fairness and reasonableness in accordance with FAR Part 13.106-3 prior to making an award. FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000) is incorporated by reference and applies to this acquisition. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2002) Alt I (Apr 2002), 252.212-7000 Offeror Representations and Certifications--Commercial Items (Nov 1995), and 252.225-7000 Buy American Act ? Balance of Payments Program Certificate (Sep 1999) with proposals. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2002) is incorporated by reference and applies to this acquisition. The following addendum to 52.212-4 is hereby added: 52.247-34 F.O.B Destination (Nov 1991). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS (MAY 2002), (a) The Contractor shall 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 (AUG 1996) (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: (Contracting Officer shall check as appropriate.) 0(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 0(2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). 0(3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). 0(4) (i) 52.219-5, Very Small Business Set-Aside (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). 0(ii) Alternate I to 52.219-5. 0(iii) Alternate II to 52.219-5. 0(5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 0(6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C. 637 (d)(4)). 0(7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). 0(8)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.0(ii) Alternate I of 52.219-23. 0(9) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0(10) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 1(11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1(12) 52.222-26, Equal Opportunity (E.O. 11246). 1(13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212). 1(14) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). 1(15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 1(16) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126). 0(17)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(ii)). 0(ii) Alternate I of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). 0(18) 52.225-1, Buy American Act--Supplies (41 U.S.C. 10a-10d). 0(19)(i) 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). 0(ii) Alternate I of 52.225-3. 0(iii) Alternate II of 52.225-3. 0(20) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 1(21) 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 1(22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). 0(23) 52.225-16, Sanctioned European Union Country Services (E.O.12849). 1(24) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332). 0(25) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (31 U.S.C. 3332). 0(26) 52.232-36, Payment by Third Party (31 U.S.C. 3332). 0(27) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). 0(28) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: (Contracting Officer check as appropriate.) 0(1) 52.222-41, Service Contract Act of 1965, as amended (41 U.S.C. 351, et. seq.). 0(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et. seq.). 0(3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). 0(4) 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JUL 2002) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. _____ 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). _____ 252.206-7000 Domestic Source Restriction (DEC 1991) (10 U.S.C. 2304). _____ 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). _____ 252.219-7004 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (Test Program) (JUN 1997) (15 U.S.C. 637 note). __X___ 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582). _____ 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (SEP 2001) (41 U.S.C. 10a-10d, 19 U.S.C. 2501-2518, and 19 U.S.C. 3301 note). _____ 252.225-7012 Preference for Certain Domestic Commodities (APR 2002) (10 U.S.C. 2533a). _____ 252.225-7014 Preference for Domestic Specialty Metals (MAR 1998) (10 U.S.C. 2533a). _____ 252.225-7015 Preference for Domestic Hand or Measuring Tools (DEC 1991) (10 U.S.C. 2533a). _____ 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (DEC 2000) (___ Alternate I) (DEC 2000) (Section 8064 of Pub. L. 106-259). _____ 252.225-7021 Trade Agreements (SEP 2001) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). _____ 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales (MAR 1998) (22 U.S.C. 2779). _____ 252.225-7028 Exclusionary Policies and Practices of Foreign Governments (DEC 1991) (22 U.S.C. 2755). _____ 252.225-7029 Preference for United States or Canadian Air Circuit Breakers (AUG 1998) (10 U.S.C. 2534(a)(3)). ____ 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (MAR 1998) (___ Alternate I) (SEP 1999) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). _____ 252.227-7015 Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320). _____ 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). _____ 252.243-7002 Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). _____ 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (____Alternate I) (MAR 2000) (____Alternate II) (MAR 2000) (10 U.S.C. 2631). _____ 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, 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 (MAR 1998) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). DFARS clauses 252.204-7004 Required Central Contractor Registration (Nov 2001), 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 1991), and 252.246-7000 Material Inspection and Receiving Report (Dec 1991) also apply to this acquisition. This combined synopsis/solicitation is not a request for competitive proposals. However, all responsible sources may submit a proposal, which shall be considered by the agency. Offers are due to Nellie Daugherty, Contract Specialist, Code 2.4.2.4.4, Contracts, Naval Air Systems Command, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 18 October 2002. The Government will not pay for any information received. Facsimile proposals will be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and/or DFARS provisions 252.212-7000 and 252.225-7000, contact Nellie Daugherty, Contract Specialist, Code 2.4.2.4.4, Phone: 301-757-5909, Facsimile: 301-757-5956, or via e-mail: DaughertyNM@navair.navy.mil or Clare Carmack, Contracting Officer, Code 2.5.1.8, Phone: 301-757-5919, Facsimile: 301-757-5956, or via e-mail: CarmackCC@navair.navy.mil.
- Record
- SN00188336-W 20021017/021015213356 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |