SOLICITATION NOTICE
58 -- ACU-1000 Intelligent Interconnect System
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-03-R-0141
- Response Due
- 9/10/2003
- Archive Date
- 9/25/2003
- Point of Contact
- Rosa Harding, Contract Specialist, Phone (301) 995-6037, Fax 301-995-8670, - William Case, Contract Specialist/Team Lead, Phone (301) 995-8641, Fax (301) 995-8670,
- E-Mail Address
-
hardingrm@navair.navy.mil, casewa@navair.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items using simplified acquisition procedures prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation N00421-03-R-0141 is issued as a request for proposal (RFP) and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-15 and Defense Federal Acquisition Regulation (DFAR) Defense Change Notice (DCN) 20030821. This action is not set aside for small business. The applicable North American Industry Classification System (NAICS) code is 334220 and the small business size standard is 750 employees. The Naval Air Warfare Center Aircraft Division (NAWCAD), St. Inigoes, MD, intends to solicit, negotiate, and issue a five (5) year, firm fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to JPS Communications, Incorporated, 5800 Departure Drive, Raleigh, NC 27616-1857 under the authority of FAR 6.302-1 ?Only One Responsible Source?. Only the JPS ACU-1000 Intelligent Interconnect System can meet program functional, interface and interoperability requirements that include the following minimum capabilities: 1) four independent radio circuits, each capable of simultaneously connecting two to eleven additional users; 2) interconnectivity between radio users and the Public Switched Telephone Network with secure and non-secure telephone capability; 3) interconnectivity between radio users and decision makers via high-bandwidth satellite communications; 4) ability to move additional users into an existing radio network without affecting existing users; 5) ability to network multiple equipment to increase the number of users; 6) ability to remotely control the equipment via Local or Wide Area Networks; and 7) capable of maintaining functional, interface, and interoperability compatibility among existing ACU-1000 systems. The proposed IDIQ Contract for commercial items will cover a five-year period of performance and will consist of one twelve (12) month Base Period and four (4) twelve (12) month Option Periods. All deliveries shall be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Rd., St. Inigoes, MD 20684-0010. Items shall be delivered within sixty (60) days of date of individual delivery order. Inspection and acceptance shall also be made at destination by the Government. 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 the 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. Rated orders certified for national defense use will be issued under this contract and the contractor is required to follow all the provision of the Defense Priorities and Allocations System regulation (15 CFR 700). This sole source combined synopsis/solicitation is not a request for competitive proposals and the Government will not pay for any information received. However, responsible interested parties may submit information in which they identify their interest and capability to respond to the requirement. All proposals received from other than JPS Communications, Inc. by the time/date cited below will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. A determination by the Government not to compete this procurement action based upon responses to this notice is solely within the discretion of the Government. The proposal, along with completed Representations and Certifications (FAR 52.212-3 & DFAR 252.212-7000), is due to Rosa Harding, Contract Specialist, Naval Air Warfare Center Aircraft Division, Bldg. 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:00 P.M. Eastern Standard Time, by 10 September 2003. Facsimile proposal is acceptable. For information regarding this proposed procurement action, contact Rosa Harding, Code 2.5.1.2.2.2, Telephone 301-995-6037, Facsimile 301-995-8670 or via e-mail hardingrm@navair.navy.mil. Award is anticipated by 24 September 2003 with a required delivery date within sixty (60) days of date of individual delivery order. Description of the items, including part numbers and associated total estimated quantity for the entire five (5) year period, if all options are exercised, are shown below along with the quantity of the initial Base Year followed by the quantity for each of the twelve (12) month Option Periods I through IV which are shown in (brackets): ACU-1000 Intelligent Interconnect System, Part Number (P/N) 5961-220000, 134 each (34/25) DSP-1, Digital Signal Processor, P/N 5961-818000, 1,614 each (414/300) PSTN-1, Public Switched Telephone Interface Module, P/N 5961-215000, 270 each (70/50) LP-1 Module, P/N 5961-217000, 270 each (70/50) Interface Cable (XTS-3000), P/N 5961-291130-15, 675 each (175/125) Interface Cable (AN/PRC-117), P/N 5961-291137-10, 136 each (36/25) Interface Cable (Astro Spectra Module), P/N 5961-291219-15, 268 each (68/50) NXU-2 (Network Extension Unit), P/N 5000-600000, 22 each (6/4) TX AP-1 TX Audio Processor Module, P/N 5961-294002, 22 each (6/4) ACU-T Tactical ACU, P/N 5030-200000, 1 each (1/0) The following clauses are incorporated by reference and apply to this acquisition: 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL 1995) 52.212-1, Instructions to Offerors ? Commercial Items (JUL 2003) 52.212-3, Offeror Representations and Certifications ? Commercial Items (JUN 2003), Alternate I (APR 2002) 52.212-4, Contract Terms and Conditions ? Commercial Items (FEB 2002) 52.216-18, Ordering (OCT 1995) ? fill-in (a) ??from date of award through 60 months thereafter, if all options are exercised.? 52.216-19, Order Limitations (OCT 1995) ? fill-in s (a) ?$1,000.00? (b)(1) ??the total estimated value of any identified CLIN for a given ordering period;? (b)(2) ??the total value of all CLINs for a given ordering period;? (b)(3) ??thirty (30)? and (d) ??five (5) working? 52.216-22, Indefinite Quantity (OCT 1995) ? fill-in (d) ??60 days after the last day of the contracts final ordering period.? 52.217-9, Option to Extend the Term of the Contract (MAR 2000) ? fill-ins (a) ??one (1) day of the end of the current ordering period? and ??ninety (90)? (c) ?? sixty (60) months, if all options are exercised?. 52.219-16, Liquidated Damages ? Subcontracting Plan (JAN 1999) 52.242-13, Bankruptcy (JUL 1995) 52.243-1, Changes ? Fixed Price (AUG 1987) 52.247-34, F.O.B. Destination (NOV 1991) 52.252-2, Clauses Incorporated by Reference (FEB 1998) ? fill-in ??www.arnet.gov? 252.204-7004, Required Central Contractor Registration (NOV 2001) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 1998) 252.212-7000, Offeror Representations and Certifications ? Commercial Items (NOV 1995) 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003) The provision at 52.212-2, Evaluation?Commercial Items (JAN 1999) does not apply to this acquisition. The Government will use simplified acquisition procedures in accordance with FAR Subpart 13.5 to solicit offer, evaluate, and award the resultant contract. The offeror shall provide back-up information that verifies the quoted price that may consist of a copy of the current catalog or price list and invoices from previous sales of identical item(s). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUN 2003) is incorporated by reference. (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: 52.233-3, Protest After Award (Aug 1996) (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 contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (7) 52.219-8, Utilization of Small Business Concerns; (8) 52.219-9, Small Business Subcontracting Plan, with Alternate II; (13) 52.222-3, Convict labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) Restriction on Certain Foreign Purchases; (29) 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 in paragraphs (i) through (iv) of this paragraph in a subcontract for commercial items. (i) 52.219-8, Utilization of Small Business Concerns, in all subcontracts that offer subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity; (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (iv) 52.222-36, Affirmative Action for Workers with Disabilities; (v) 52.222-41, Service Contract Act of 1965, as Amended, flow down required for all subcontracts subject to the Service Contract Act of 1965; and (vi) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels. **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 (JUN 2003) is incorporated by reference. (a) 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: 52.203-3, Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals, Alternate I; 252,243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea, Alternate I. (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; 252.247-7023, Transportation of Supplies by Sea; and 252.247-7024, Notification of Transportation of Supplies by Sea. **End of Clause** NAVAIR 5252.216-9506, Minimum and Maximum Quantities (MAR 1999) is incorporated in full. As referred to in paragraph (b) of FAR Clause 52.216-22 ?Indefinite Quantity? of this contract, the contract minimum quantity is a total of $200,000 worth of orders at the contract unit price(s), the maximum quantity is the total not-to-exceed quantity for all items combined as set forth in the schedule. **End of Clause**NAVAIR 5252.246-9503, Year 2000 Compliance (MAR 1999) is incorporated in full. (a) All information technology to be provided to the government under this contract, and which is required to perform date/time processing involving dates subsequent to December 31, 1999, shall be Year 2000 compliant. (b) ?Year 2000 compliant? means that the information technology to be provided under this contract, functioning alone or in combination with other supplies to be provided under this contract, 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 leap year calculations. (c) Failures resulting from Government Furnished equipment that is not Year 2000 compliant are not covered under this clause. **End of Clause**.
- Place of Performance
- Address: Naval Air Warfare Center - Aircraft Division, Villa Road Webster Field, St. Inigoes MD
- Zip Code: 20684-0010
- Country: USA
- Zip Code: 20684-0010
- Record
- SN00414087-W 20030829/030827214206 (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 |