Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2005 FBO #1396
SOLICITATION NOTICE

16 -- Parts Procurement and Obsolescence Management Services for the DMV-179-2643 Processor used as part of the CP-2543 AN/AYK-14(V)

Notice Date
9/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) 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
N00019-05-T-0015
 
Response Due
9/26/2005
 
Archive Date
10/11/2005
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00019-05-T-0015 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice (DCN) 20050901. This action is not set aside for a small business. The applicable NAICS is 334418 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Systems Command (NAVAIR) has a sole source requirement for Dy4 Systems, Inc. (Dy4), dba Curtiss Wright Controls Embedded Computing (CWCEC), 333 Palladium Drive, Kanata Ontario, Canada K2V1A6 for parts procurement and obsolescence management services for the DMV-179-2643 in support of the EA-6B Multifunctional Information Distribution System (MIDS) CP-2543 AN/AYK-14(V) Standard Airborne Computer System. The CP-2543, which includes the DMV-179-2643, has completed environmental qualification testing. Parts procured under this contract must meet environmental qualification testing and reliability demonstration testing. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. Dy4 is the sole designer, developer, and currently the only qualified manufacturer of the requisite DMV-179-2643 hardware. Therefore, this acquisition will be negotiated on a sole source basis with Dy4. It is anticipated that a firm-fixed price type contract for a base year plus one option year will be awarded. All hardware items will ship-in-place at the contractor?s facility. FOB Origin with Inspection and Acceptance at Origin applies to all hardware items and FOB Destination with Inspection and Acceptance at destination applies to all contract data items. Inspection and Acceptance of the supplies and services to be furnished hereunder shall be performed at the supplier?s plant, Kanata, Ontario, Canada by the cognizant Administrative Contracting officer (ACO) or their duly authorized representative. Inspection and Acceptance of data deliverables shall be performed at destination in accordance with the Contract Data Requirements Lists (CDRLs) A001 through A003. The contract line item numbers and descriptions are: CLIN 0001 ? 64130B1 Terrano controller, P/N 174054-80K, quantity of 33; CLIN 0002 ? 128MB SDRAM, P/N 174403-11P, quantity of 302; CLIN 0003 ? Flash EPROM, P/N 173474-10Z, quantity of 234; CLIN 0004 ? 173915-10J PLA with glue logic, P/N 500594-008, quantity of 30; CLIN 0005 ? 85230 Serial I/O controller, P/N 171832-133, quantity of 21 each; CLIN 0006 ? 32KB Non-volatile SRAM, P/N 173476-10B, quantity of 21 each; CLIN 0007 ? DS1685 real time clock, P/N 174384-103, quantity of 21 each; CLIN 0008 ? Screened SCSI terminator, P/N 172919-60P, quantity of 56 each; CLIN 0009 174271-11J with JEDEC firmware, P/N 500612-000, quantity of 41; CLIN 0010 - Obsolescence Management Services for a period of one year in accordance with the Statement of Work, a quantity of 1 lot; CLIN 0011 (Option) - Obsolescence Management Services for a period of one year in accordance with the Statement of Work, a quantity of 1 lot; and CLIN 0012 ? Technical Data Items for CLINS 0010 and 0011, quantity of 1 Lot, this is a Not separately Priced (NSP) item. The contractor shall extend to the government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Award is expected to be on or around October 01, 2005. The supplies to be furnished hereunder shall be preserved, packaged and packed in accordance with best commercial practices to assure safe delivery at destination. The following addendums are hereby added: NAVAIR Clause 5252.211-9507 Period of Performance (MAR 1999) (a) The contract shall commence on the date of contract award and shall continue for a period of one year. However, the period of performance may be extended in accordance with the option provisions contained herein. (b) If FAR clause 52.216-18, ?Ordering?, is incorporated into this contract, then the period in which the Government can issue orders under the contract will be extended at the exercise of an option, and extended to the end of that option period. NAVAIR Clause 5252.232-9511 Notice of Requirements for Prompt Payment (Apr 2005): The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) through the Joint Electronic Document Access (JEDA) System. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data. 5252.246-9503 Year 2000 Compliance (Mar 1999) (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. NAVAIR Clause 5252.247-9507 Packaging and Marking of Reports (Sep 1999) (a) All unclassified data shall be prepared for shipment in accordance with best commercial practice. Classified reports, data and documentation, if any, shall be prepared for shipment in accordance with the National Industry Security Program Operating Manual, DoD 5220.22-M. (b) The contractor shall promptly display on the cover of each report the following information: (1) Name and business address of contractor. (2) Contract Number/Delivery/Task order number. (3) Contract/Delivery/Task order dollar amount. (4) Whether the contract was competitively or non-competitively awarded; (5) Name, code and activity of sponsoring individual. 5252.247-9514 Technical Data Packing Instructions (Sep 1999) Technical Data and Information shall be packed and packaged for domestic shipment in accordance with best commercial practices. The package or envelope should be clearly marked with any special markings specified in this contract (or delivery/task order), e.g., Contract Number, CLIN, Device No., and document title must be on the outside of the package. Classified reports, data and documentation, if applicable, shall be prepared for shipment in accordance with Defense Industrial Manual for Safeguarding Classified Information, DoD 5220.22M. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2005) is incorporated by reference and applies to this acquisition except that there is an addendum to paragraph (h) in that this will be a single award. The provision at 52.212-2 Evaluation -- Commercial Items (Jan 1999) does not apply to this acquisition, as it is sole source procurement. The government will evaluate Dy4?s, dba CWCEC, proposal for fairness and reasonableness in accordance with FAR 15.4 prior to making an award. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2005) Alt I (Apr 2002), and 52.222-22 Previous Contracts and Compliance Report (Feb 1999). 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005), 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Jun 2005), and 252.225-7042 Authorization to Perform (Apr 2003) with proposals. 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 (Jul 2005) (Deviation) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the 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 the 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 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. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (October 2000) (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, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (c) 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. FAR Clause 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 12 months after date of contract award; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. The following additional FAR clauses are incorporated into this solicitation by reference: 52.211-15 Defense Priority and Allocation Requirements (Sep 1990), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restrictions of Certain Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Payment Funds Transfer ? Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.247-29 F.O.B. Origin (Jun 1988), and 52.247-34 F.O.B. Destination (Nov 1991). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) is incorporated by reference with the following additional clauses: FAR Clause 52.203-3 Gratuities (Apr 1984) and DFAR Clauses: DFARS 252-225-7001 Buy American Act and Balance of Payments Program (Jun 2005), DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004), DFARS 252.227-7015 Technical Data--Commercial Items (Nov 1995), DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 1999), 252.247-7023 Transportation of Supplies by Sea Alt III (May 2002), and DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). DFARS Clause 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), and 252.225-7013 Duty-Free Entry (Jun 2005) are also included in this solicitation by reference. Although this combined synopsis/solicitation is not a request for competitive proposals, all responsible sources may submit a proposal, which shall be considered by the agency. The Government will not pay for any information received. The quote is due by 2:30 P.M. Eastern Daylight Time, 26 September 2005 and should be emailed to Debbie Norris at debra.norris@navy.mil. Further information regarding this solicitation or request for copies of the CDRLs and/or Statement of Work for this effort and FAR provisions 52.212-3 and 52.222-22 and/or DFARS provisions 252.212-7000 and 252.225-7000 should be directed to the same.
 
Place of Performance
Address: 333 Palladium Drive Kanata Ontario, Canada
Zip Code: K2V1A6
Country: Canada
 
Record
SN00899675-W 20050922/050920212448 (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.