SOLICITATION NOTICE
66 -- MIL-STD-1553 Databus Network Test Kit, P/N S2476N
- Notice Date
- 9/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-10-T-0275
- Point of Contact
- Alice L Tornquist, Phone: 732-323-4316, Elaine Lovering, Phone: 732-323-5221
- E-Mail Address
-
alice.tornquist@navy.mil, elaine.lovering@navy.mil
(alice.tornquist@navy.mil, elaine.lovering@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation for a commercial item authorized under Subpart 13.5 and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number, N68335-10-T-0275, is issued as a request for quote. (iii) The solicitation document and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 2005-43. (iv) This request for quote is issued on the basis of a limited competition between BCF Designs LTD, Gloucestershire GBR and their authorized distributors. The NAICS code associated with this requirement is 334515, with a small business size standard of 500 employees. (v) This is an acquisition for three (3) Ultra Electronics Electrics Test Solutions (BCF Designs LTD) MIL-STD-1553 Databus Network Test Kit, P/N S2476N. (vi) The 1553 Databus Network Test Kit is a computerized and multiplexed digital data distribution system. The network functions are command, control, communication, and intelligence. The test harness is required to interface between the tester and the aircraft MIL-STD-1553 bus system. The tester is ruggedized, hermetically sealed, and manually calibrated by the user. The tester is comprised of a receiver and a detachable transmitter unit for remote testing. The tester can measure: (1) short circuits between the twisted pairs of bus or stub; (2) open circuits on bus or stub; (3) cross-overs of twisted pairs on bus or stub; (4) short circuits between either of the wires of the bus or stub twisted pair to the shield/screen system; and (5) insertion loss between any two stubs in decibels in the range 0dB to -36dB (+/- 0.1 dB). (vii) Delivery shall be 210 days after contract award. Inspection and acceptance will be by Government at origin. FOB is Destination. All items will be shipped to NAVAIR Lakehurst, NJ 08733. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. Addendum to 52.212-1: All offerors competing for award are required to provide a quote electronically to alice.tornquist@navy.mil. (vix) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARs 252.212-7000, Offeror Representations and Certifications - Commercial Items with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is incorporated by reference. The following provisions incorporated into FAR 52.212-5 applies to an offer submitted by BCF Designs LTD: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In addition to the aforementioned provisions incorporated into FAR 52.212-5, the following provisions also applies to offers submitted by authorized distributors of BCF Designs in the U.S.: 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; (xiv) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, is incorporated by reference. The following provisions incorporated into DFAR 252.212-7001 applies to an offer submitted by BCF Designs LTD: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requires and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea Alt III. In addition to the aforementioned provisions incorporated into DFAR 252.212-7001, the following provision also applies to offers submitted by authorized distributors of BCF Designs in the U.S.: 252.225-7001 Buy American Act and Balance of Payments Program; (xv) The following provisions/clauses also apply to this procurement for offers submitted by authorized distributors of BCF Designs in the U.S.: 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed Debarment; 52.222-25 Affirmative Action Compliance; 52.227-2 Notice and Assitance Regarding Patent and Coyright Infringement; 52.243-1 Changes - Fixed Price; 52.247-34 F.O.B Destination; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A; 252.204-7008 Export-Controlled Items; 252.224-7031, Secondary Arab Boycott of Israel; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.211-7003 Item Identification and Valuation. (xvi) In addition to the aforementioned provisions/clauses (except for 52.222-25 Affirmative Action Compliance), the following provision/clause also applies to an offer submitted by BCF Designs LTD: 52.214-35 Submission of Offers in US Currency; 252.229-7001 Tax Relief. Full text of each provision and clause provided can be located at either https://www.arnet.gov/far or https://www.farsite.hill.af.mil/. (xvii) The Defense Priorities and Allocations System (DPAS) rating is DO-C9. (xviii) Offers are due by 4:00 p.m. EST, 14 September 2010 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25223 Ms Alice Tornquist, Hwy 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR part 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF) for which information will be available in the subsequent order. (xviv) The Government Point of Contract for this synopsis/solicitation is Ms Alice Tornquist, (732) 323-4316, email: alice.tornquist@navy.mil. Hard copies of this combined synopsis/solicitation and amendments will NOT be mailed to contractors. Please look for amendments on the webpage.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-T-0275/listing.html)
- Record
- SN02264679-W 20100903/100902000122-9c43a2f0682cec08ce177a50c88fd21a (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 |