SOLICITATION NOTICE
70 -- ADS Consoles and Drawer Assemblies (Qty of 14 Each)
- Notice Date
- 8/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product 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-0145
- Response Due
- 8/18/2005
- Archive Date
- 9/2/2005
- 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 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-05-R-0145 is issued as a request for proposals (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Federal Acquisition Regulations Supplement Change Notice 20050726. The associated North American Industry Classification Systems (NAICS) code for this requirement is 332999 with a size standard of 500 employees. The Government intends to award a contract on a ?sole source? basis for the ADS Consoles and Drawers under the authority of FAR 6.302-1. Contract type will be firm-fixed-price. General Kinetics Incorporated, 10688-D Crestwood Drive, Manassas, VA 20109-3464 is the sole manufacturer of this equipment. The equipment is required to support the AN/TPX-42A (V) 14 with FC1 and FC2 Projects. The ADS Consoles and Drawers from General Kinetics Incorporated are currently utilized in the fleet and are the only commercial-off-the-shelf item that has been identified meeting the government?s minimum requirement. The ADS Consoles and Drawers must meet the exact technical specifications of the OD-220/TPX-42 (V) 14 Display Enclosure. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit information in which they identify their interest and capability. The contract line item numbers and description for this sole source procurement are** CLIN 0001 ADS Console Assembly (P/N: 807-850D-2, G) Quantity of 14 Each; CLIN 0002 ADS Drawer Assembly (P/N: 807-863D-1, C) Quantity of 14 Each; CLIN 0003 Fan Mounting Plate (P/N: 806-518-D-1) Quantity of 14 Each; CLIN 0004 EMI Switch Plate (P/N: 806-698D-1) Quantity of 14 Each; CLIN 0005 EMI Switch Plate (P/N: 806-698D-6) Quantity of 14 Each; CLIN 0006 EMI Switch Plate (P/N: 806-698D-4) Quantity of 14 Each; CLIN 0007 Cable Assembly (P/N: 806-720C-1) Quantity of 14 Each; CLIN 0008 Power Control Panel (P/N: 806-672D-1) Quantity of 14 Each; CLIN 0009 Power Control Panel Bracket (P/N: 806-806D-1) Quantity of 14 Each; CLIN 0010 Operator Control Panel (P/N: 806-682D-1) Quantity of 14 Each; CLIN 0011 Media Carrier (P/N: 806-727D-1) Quantity of 14 Each; CLIN 0012 Drive Mounting Plate (P/N: 806-671D-1) Quantity of 14 Each. The proposal along with completed representations and certifications is due by 18 August 2005. Award is anticipated no later than 30 August 2005 with a required delivery date of 120 days after receipt of contract. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: E. Eichhorn, Code 4.5.9.2. 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 (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 offeror shall provide back-up information that verifies the price quoted. 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?COMMERCIAL ITEMS (MAR 2005) ALTERNATE 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. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (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. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (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 (AUG 1996)(31 U.S.C. 3553); and (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Pub.L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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 (JUL 1995), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637 (d)(2) and (3)); (3) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); (4) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JUN 2004)( E.O. 13126); (5) 52.222-21, Prohibition of Segregated Facilities (FEB 1999), (6) 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); (7) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C.4212); (8) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); (9) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C.4212); (10) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) though (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be required by the clause?(i) 52.219-8, Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637 (d)(2) and (3)); in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246); (iii) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (DEC 2001)(38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS (JUN 2005) 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 (JUN 2005) applies to this acquisition. (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause, which, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. 52.203-3 Gratuities (APR 1984)(10 U.S.C. 2207); (b) The Contractor agrees to comply with the following list of Defense FAR Supplement clauses which, are included in this contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004)(10 U.S.C 2533a); (2) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (Alternate I)(MAR 2000)(10 U.S.C. 2631); and (3) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (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 (Federal Acquisition Regulation 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 (APR 2003) (10 U.S.C. 2533a). 252.247-7023, Transportation of Supplies by Sea (MAY 2002)(10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAY 2000) (10 U.S.C. 2631). The provision at 252.204-7004 Required Central Contractor Registration (52.204-7) Alternate A (NOV 2003) applies to this solicitation. Proposal is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 7, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 18 August 2005. The Government reserves the right to process the procurement as a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 (full text available at www.arnet.gov/far) and DFAR provision 252.212-7000 (full text available at www.acq.osd.mil/dp/dars/dfars.html) contact Rhoda Hall, Code 251214, Tele#301-995-8950 or via e-mail: rhoda.hall@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 (301-995-8670) or telephone (301-995-8950). **END SYNOPSIS/SOLICITATION #N00421-05-R-0145.
- Place of Performance
- Address: 10688-D Crestwood Drive, Manassas VA
- Zip Code: 20109-3464
- Country: United States
- Zip Code: 20109-3464
- Record
- SN00862652-W 20050806/050804212629 (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 |