SOLICITATION NOTICE
58 -- Flyaway Tri-Band Satellite Terminal and associated equipment
- Notice Date
- 4/20/2005
- 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
- N00421-05-R-0533
- Response Due
- 5/4/2005
- Archive Date
- 5/5/2005
- 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. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-05-R-0533 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) 2005-03 and Defense Federal Acquisition Regulations Supplement (DFARS) Defense Change Notice (DCN) 20050323. The Government intends to initiate a procurement and award a contract on a firm fixed price basis to L3 Communications, located at 435 Noreland Rd. Hauppauge, NY 11788-3994. Tele#: (631) 231-1700, under the authority of FAR 6-301-1 ?Only One Responsible Source? for Flyaway Tri-Band Satellite Terminal and associated equipment. Only the identified L-3 equipment will meet TROJEN Management Office and Defense Information Systems Agency certification requirements. The contract line item number (CLIN) and descriptions for this procurement are one (1) each of each of the following: CLIN 0001 - 2.4M FTSAT Terminal with TC1500 and related equipment, CLIN 0002 - Transit Case Upgrade, CLIN 0003 ? Spares Kit with Cases, CLIN 0004 ? LNA Set (C, X, & KU-Band), CLIN 0005 ? Packing & CONUS Shipping per Terminal, and CLIN 0006 ? Packing & CONUS Shipping per Spares Kit. All deliveries shall be FOB Destination to NAWCAD, St. Inigoes, MD and are requested by 1 August 2005; however required delivery shall not be later than ninety (90) days after receipt of order. Inspection and acceptance shall also 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 deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2005) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price only considered. The following factors shall be used to evaluate offers: (1) Price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (MAR 2005) ALT I (APR 2002) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) 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 (APR 2005) applies to this acquisition. (a) The Contractor agrees to 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) 52.233-3, Protest After Award; and (2) 52.233-4, Applicable Law for Breach of Contract Claim. (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 or components: (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; (14) 52.222-3, Convict Labor; (15) 52.222-19, Child labor ? Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities ; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (27) 52.225-15, Sanctioned European Union Country End Products; and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (e) (1) 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 listed below, the extent of the flow down shall be as required by the clause ?(i) 52.219-8, Utilization of Small Business Concerns in all subcontracts that offer further 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) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. **End of clause** Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its quote. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 52.203-3, Gratuities; (2) 2542.205-7000, Provision of Information to Cooperative Agreement Holders; (3) 252.219-7004, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; (4) 252.225-7001, Buy American Act and Balance of Payment Program, (5) 252.225-7012 Preference for Certain Domestic Commodities, (5) 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; (6) 252.243-7002, Requests for Equitable Adjustment; and (6) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) 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 clause, 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** The provision at 52.211-15, Defense Priority and Allocation Requirements, 52.252-2, Clauses Incorporated by Reference (www.arnet.gov), and 252.204-7004 Required Central Contractor Registration Alt A (NOV 2003) applies to this solicitation. Interested persons may identify their interest and capability to respond to the requirement or submit proposals to provide the Satellite Terminal cited above. The North American Industry Classification Systems (NAICS) code for this requirement is 334220, ?Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing?. The proposal, along with completed representations and certifications is due by 4 May 2005 and award is anticipated by 11 May 2005. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES FOR ITEMS OTHER THAN FLYAWAY TRIBAND SATELLITES LISTED IN THIS SYNOPSIS. However, responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to Patricia Rivenbark, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8009, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 4 May 2005. Facsimile proposals shall be accepted. The Government will not pay for any information received. The Government reserves the right to process the procurement on a brand name mandatory basis based upon the responses received. For information regarding this solicitation or copies of FAR 52.212-3 and/or DFARS 252.212-7000 contact Patricia Rivenbark, Code 251226, Tele#301-995-8554 or via e-mail: Patricia.Rivenbark@navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-995-6483) or telephone (301-995-8554). **END COMBINED SYNOPSIS/SOLICITATION #N00421-05-R-0533. **
- Place of Performance
- Address: NAWCAD Patuxent River, St. Inigoes, Bldg. 8115 Villa Rd., St. Inigoes, MD
- Zip Code: 20684
- Country: US
- Zip Code: 20684
- Record
- SN00792869-W 20050422/050421084010 (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 |