SOLICITATION NOTICE
58 -- SWE-DISH IPT-i Satellite Terminals
- Notice Date
- 5/10/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N61331 110 Vernon Ave Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N6133107T1738
- Response Due
- 5/17/2007
- Archive Date
- 6/16/2007
- Description
- This is a combined synopsis/solicitation for a commercial item 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ); the solicitation number is N61331-07-. The Naval Surface Warfare Center Panama City (NSWC PC) intends to award on a Sole Source basis a firm-fixed price contract to SWE-DISH Satellite Systems, Inc., 12343 Sunrise Valley Drive, Suite D, Reston, VA 20191-3417. This procurement will be issued using the Authority of the Test Program for Commercial Items, Section 4202 of the Clinger-Cohen Act of 1996. The Deployable Joint Command and Control (DJC2) program has the need to procure satellite communications capability for incorporation into the Rapid Response Kit (RRK) of the DJC2 systems. SWE-Dish Satellite Systems, Inc. is the sole provider of the AN/USC-68 satellite terminal currently used in the DJC2 system. The IPT-i MIL Suitcase satellite system is nearly identical to the AN/USC-68, the only difference is the internal modem. Training, operation, and replacement parts are nearly identical for the two systems. This commonality and compatibility with existing DJC2 equipment will decrease the training requirements for RRK and will eliminate the need for a completely separate logistics tail for the RRK. Source control drawings, training materials and other support products have already been developed at the government?s expense for the AN/USC-68 and the majority of these products will be able to be re-used for the IPT-i MIL satellite system. Operators who have been trained on the AN/USC-68 will not need to be re-trained in order to operate the IPT-i MIL satellite system. The DJC2 program has already made a considerable investment in the AN/USC-68. Each DJC2 system is delivered w ith two AN/USC-68 systems. Procurement of any system other than the I PT-i MIL for the RRK (which is a subset of DJC2) will result in significant additional cost to the government because training material will have to be written and validated, unique set-up and operations procedures will need to be written, validated and incorporated in DJC2 technical manuals and the DJC2 System Support team would require additional military manning if another unique communications system is added to the DJC2 system. The following is being procured: CLIN 0001: Eight(8) each SWE-DISH IPT-i MIL Satellite Systems CLIN 0002: Eight(8) each SWE-DISH IPT-i MIL Satellite Systems CLIN 0003: Eight(8) each SWE-DISH IPT-i MIL Satellite Systems CLIN 0004: One(1) each SWE-DISH IPT-MIL Suitcase, p/n AN-USC-68 NAICS CODE IS 334220. Small Business Size Standard is 750 employees. FSC is 5820. The items will be delivered to the Naval Support Activity Panama City, Receiving Officer, Building 100, 101 Vernon Ave, Panama City Beach, FL 32407-7018. This solicitation document and incorporated clauses and provisions are those in effect through the Federal Acquisition Circular 2005-08, effective 5 January 2006. INSTRUCTIONS: The provision at 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition. It is requested that the offeror submit a proposal in accordance with the format and content specified. Submit signed, dated offers to lonnie.oswalt@navy.mil, no later than 3:00pm(CST) 7 Sep 2006. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) RFQ number; (2) offeror?s name, address, point of contact, phone and fax numbers, e-mail address; (3)offeror?s DUN?s number, CAGE code and TIN number; (4) documentation that shows the offeror?s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3 and DFAR 252.212-7000; (7) past performance data of the last three sales for the same or similar item. For each referenced contract number include: the contract number, dollar value, date of sale, organizational name, point of contract, address, phone number and e-mail; (8) OR include a copy of the current catalog or established price list for the item convered by the offer, or information where the established price may be found; a statement that such catalog or established price list: (1) is regularly maintained; (2) is published or otherwise available for inspection by customers; (3) states the prices at which sales are currently made to a number of buyers. ? A statement that such items are commercial items sold in substantial quantities to the general public, at the prices listed in the above mentioned catalog or established price list; (d) a statement that the quoted prices, including consideration of any discount or rebate arrangement, do not exceed prices charged the offeror?s most favored customer for like items in similar quantities under comparable conditions. OTHER TERMS AND CONDITIONS: Offerors shall include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Oct 2004) applies to this solicitation. The following clauses are applicable: 52.222-3, 52.222-121, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.232-33 abd 52.247-34. The clause at DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004) (Deviation) applies to this acquisition. The following clauses are a pplicable: 52.203-3, 252.225-7001, 252.225-7007, 252.227-7015, 252.227-7037, and 252.247-7024. The Defense Priority and Allocation Systems (DPAS) rating is DO-A7. The closing date for receipt of quotations is no later than 3:00pm (CST) May 11, 2007. Electronic quotes are encouraged to lonnie.oswalt@navy.mil. Quote may also be faxed to (850) 234-4197 or delivered to NSWC PC, ATTN: Code XPS2/Oswalt, 110 Vernon Avenue, Bldg 373, Panama City, FL 32407.
- Record
- SN01292020-W 20070512/070510221529 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |