SOLICITATION NOTICE
58 -- Adept 34 MKII Automatic Video Tracker
- Notice Date
- 4/20/2004
- 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-0125
- Response Due
- 4/28/2004
- Archive Date
- 4/30/2004
- Point of Contact
- Rachel Luther, Contract Specialist, Phone (301) 757-9711, Fax 301-757-0200, - Thomas Stann, Contracting Officer, Phone (301) 757-9714, Fax (301) 757-0200,
- E-Mail Address
-
rachel.luther@navy.mil, thomas.stann@navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation Number N00421-04-T-0125 issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-22 and DCN 20040323. The applicable NAICS is 334220 with a small business size standard of 750 employees. The Government intends to solicit and negotiate on a SOLE SOURCE BASIS with Defense Manufacturing Company, 808 Carolin Street, Melbourne FL 32901-3203, under the authority of FAR 6.302-1. Defense Manufacturing Company is the sole distributor of Octec Video Tracking products to the U. S. Government Test Ranges & Laboratories at the present time. This notice of intent is not a request for competitive proposals. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Standard Time, 28 APRIL 2004 will be considered by the Government solely for the purpose of determining whether to initiate a 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 proposal. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. The firm fixed price contract line item number and item are: CLIN 0001-Adept 34 MKII Automatic Video Tracker P/N IN47-02-01 (Quantity: 4 EA). The contractor shall deliver CLIN 0001 to: Receiving Officer, Supply Dept Bldg 665 STE2, Naval Air Station, 47179 Vaughn Rd Unit NASSU, Patuxent River MD 20670-1614, Mark for: Mark Hess (301) 995-4156, by 5 August 2004; (with an anticipated award date by 07 May 2004, or 90 days after contract award). 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 Defense Manufacturing Company. Therefore, the provision at 52.212-2 Evaluation?Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate Defense Manufacturing Company?s 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, invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (JAN 2004) 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 (APR 2004) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2004); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR 2002); 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications--Commercial Items (Nov 1995). 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 252.247-7023 Alt III Transportation of Supplies by Sea (MAY 2002). The DFARS clause at 252.204.7004 Required Central Contractor Registration Alternate A (Nov 2003), and the FAR clause at 52.204-7 Central Contractor Registration (Oct 2003) are incorporated by reference. Offers are due to AIR-2.5 Contracts, Rachel Luther 251717 Bldg 588 S2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463, by 2:30 P.M. Eastern Standard Time, 28 April 2004. All responsible sources may submit a proposal which shall be considered by the agency. For information regarding this solicitation contact Rachel Luther via phone (301) 757-9711, fax (301) 757-0200, or e-mail rachel.luther@navy.mil .
- Place of Performance
- Address: N/A
- Record
- SN00569523-W 20040422/040420212238 (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 |