SOLICITATION NOTICE
66 -- RF POWER WATTMETERS
- Notice Date
- 3/11/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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-0104
- Response Due
- 3/19/2004
- Archive Date
- 4/3/2004
- Point of Contact
- Randolph Serman, Contract Specialist, Phone (301) 757-9712, Fax 301-757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
- E-Mail Address
-
randolph.serman@navy.mil, stannte@navair.navy.mil
- Description
- 17. 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. Solicitation Number N00421-04-T- is issued as a request for quotation (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20, the Defense Acquisition Circular 91-13, and DCN 20040223. This action is not set aside for small businesses. The applicable NAICS is 334515 and the small business size standard is 500 employees. The Naval Air Warfare Center Aircraft Division intends to solicit and negotiate on an Other Than Full and Open Competitive Basis with BIRD ELECTROINC CORP. or an authorized distributor of BIRD ELECTROINC CORP, for eight each Wattmetter, RF Power P/N 4421, two each Power Sensor, 1.8-32 MHz P/N 4021, six each Power Sensor, 25-1000 MHz P/N 4022, eight each Interface Card, IEEE-488, P/N 4421-488, and eight each Panel, Rack Mount P/N 4421-205 under the authority of FAR 6.302-1. BIRD ELECTROINC CORP is the sole manufacture of these product items. The required products are for direct replacement of existing devices. This notice of intent is not a request for full and open competitive quotations. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capability statements received by 2:30 PM Eastern Standard Time, 22 March 2004 will be considered by the Government solely for the purpose of determining whether to initiate a full and open competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the quotation. The Government reserves the right to process the procurement on an other than full and open competitive basis based upon the responses received. The Government will not pay for any information received. The contractor shall deliver the above product to: Receiving Officer, Supply Dept Bldg 665 Ste2, Naval Air Station, 47179 Vaughn Rd., Patuxent River MD 20670-1614, by 17 May 2004 (with an anticipated award date by 24 March 2004). Mark for: Rick Hartenstein , Bldg. 2118, (301) 342-1725. Inspection and acceptance shall be made at destination, FOB 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 (Jan 2004) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to BIRD ELECTROINC CORP., or an authorized distributor of BIRD ELECTROINC CORP. Therefore, the provision at 52.212-2 Evaluation?Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate the offerors proposal to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, price list, and invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 including Alt 1, Offeror Representations and Certifications?Commercial Items (Jan 2004) (E.O. 11246) with its proposal. FAR 52.212-4 Contract Terms and Conditions?Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items (Jan 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era and other eligible veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and other eligible veterans (Dec 2001) (38 U.S.C. 4212), 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126), 52.225-13, Restriction on Certain Foreign Purchases (Oct 2003), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.232-7003 Electronic Submission of Payment Requests (Dec 2003), 252.247-7023 (May 2002) Alt III Transportation of Supplies by Sea, (MAY 2002), 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). The DFARS clause at 252.204.7004 Alternate A (Nov 2003) Required Central Contractor Registration (Mar 2000) is incorporated by reference. FAR 52.252-2, clauses Incorporated by Reference (FEB 1998) also applies to this acquisition. The full text of a clause may be accessed electronically at this/these address(es); http://farsite.hil..af.mil/ or http://www.arnet.gov.far. Quotations are due to Contracts, Randolph Serman III code 251731 Bldg 588 Suite 2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463 by 2:30 P.M. Eastern Standard Time, 19 March 2004. All responsible sources may submit a proposal that shall be considered by the agency. For information regarding this solicitation contact Randolph Serman III via phone (301) 757-9712, fax (301) 757-0200, or e-mail Randolph.serman@navy.mil .
- Record
- SN00542772-W 20040313/040311223315 (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 |