Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2004 FBO #0836
SOLICITATION NOTICE

58 -- Pedestal Antenna Upgrades

Notice Date
3/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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
N00421-04-T-0076
 
Response Due
3/22/2004
 
Archive Date
4/6/2004
 
Point of Contact
Patti Ashley, Contract Specialist, Phone 301-757-5232, Fax 301-757-5284, - Patti Ashley, Contract Specialist, Phone 301-757-5232, Fax 301-757-5284,
 
E-Mail Address
Patricia.Ashley@navy.mil, Patricia.Ashley@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; quotations are being requested and a written solicitation will not be issued. Solicitation Number N00421-04-T-0076 is issued as a request for quote (RFQ). The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 and Defense Federal Acquisition Regulations Supplement Change Notice 20040223. This action is not a set aside for small business. The North American Industrial Classification System (NAICS) code for this procurement is 334220. The Government intends to purchase on a firm fixed-price contract to ViaSat, Inc. and to solicit and negotiate the proposed contract on a non-competitive basis to purchase CLIN 0001 Quantity 2 ea, P/N 1014781, Pedestal/Antenna Control Unit Upgrade; CLIN 0002 Quantity 1 ea, P/N 1005854, 3881 Servo Controller; CLIN 0003 Quantity 1 ea, P/N 1006502, 3883 Antenna Controller; CLIN 0004 Quantity 1 ea, P/N 1000730, Pulse Width Modulated Servo Amp; CLIN 0005 Quantity 1 ea, P/N 1007378, Power Supply; CLIN 0006 Quantity 1 ea, P/N 497305, Power Supply; CLIN 0007 Quantity 1 ea, P/N 1003318, Signal Distribution PWB; CLIN 0008 Quantity 1 ea, P/N 1000704, Drive Motor; CLIN 0009 Quantity 1 ea, P/N 727008-0001, Resolver Assembly, Elevation; CLIN 0010 Quantity 1 ea, P/N 727007-0001, Resolver Assembly, Azimuth; CLIN 0011 Quantity 1 ea, P/N 718276, 3 Phase Relay; CLIN 0012 Quantity 1 ea, P/N 1005719, Single Phase Contactor; CLIN 0013 Quantity 2 ea, P/N 718881, Relay, 6 amp; CLIN 0014 Quantity 1 ea, P/N 726631-0001, Antenna Walk Box, under the authority of FAR Part 6.302-1. Delivery is FOB Destination to Patuxent River Naval Air Station, Maryland 20670. Award is expected 1 April 2004, with delivery due 6-months after date of order. ViaSat is the only known firm that can meet the Government’s minimum requirements for a pedestal height of <70 inches, weight of <3000 lbs with a payload capacity of 10,000 lbs, and a controller with built in test equipment for servo loop testing and pedestal performance. This notice of intent is not a request for competitive quotations. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:00 p.m. Eastern Standard Time March 23, 2004 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical acceptability will be determined solely on the contents and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offer to provide sufficient technical literature, documentation, etc, in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon responses. The Government will not pay for any information received. Facsimile responses are acceptable. For information contact Ms. Patti Ashley, Code 2.5.1.7.4.8, Telephone (301) 757-9718, FAX (301) 757-0200 or via e-mail: patricia.ashley@navy.mil. 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) and FAR 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (NOV 1995) are incorporated by reference and apply to this acquisition. The provision at 52.212-2 EVALUATION—COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will evaluate the selected quotation for fairness and reasonableness in accordance with FAR Part 13 before 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 ALT I -- COMMERCIAL (MAY 2002) with its quotation. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (FEB 2002) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2002) applies to this acquisition. (a) The following apply: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The following FAR clauses apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (4) 52.222-26, Equal Opportunity (E.O. 11246). (5) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (7) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (8) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (9) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C.1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (10) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (c) The following applies: Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (c) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (MAY 2002) is incorporated by reference. (a) The following list of DFARS clauses apply: (1) 252.225-7002, Qualifying Country Sources As Subcontractors; (2) 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Alt 1); (3) 252.227-7015 Technical Data—Commercial Items (10 U.S.C. 2320); (4) 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); (5) 252.247-7023, Transportation of Supplies by Sea. (6) 252.204-7004 Required Central Contractor Registration. Offer is due to Ms. Patti Ashley, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 588, Suite 2, 47253 Whalen Rd, Patuxent River, MD 20670-1463 by 3:30 P.M. Eastern Standard Time, 23 March 2004. Questions regarding this notice should be emailed to patricia.ashley@navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax questions to the point of contact above @ facsimile (301-757-0200). **END SYNOPSIS/SOLICITATION #N00421-04-T-0076 **
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-04-T-0076/listing.html)
 
Place of Performance
Address: Atlantic Test Range (ATR), Electronic Warfare Branch (EW)Facility Patuxent River, Maryland
Zip Code: 20670
Country: USA
 
Record
SN00540651-F 20040311/040309225707 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.