|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1996 PSA#1675Contracts Group, Naval Air Warfare Center, Building 110, St. Inigoes,
MD 20684 66 -- TRANSPONDER BENCH TEST SET SOL N00421-96-Q-1118 POC Greg Blew,
Contract Specialist, (301) 862-8892 Mike Leary, Contracting Officer,
(301) 862-8892. This is a combined synopsis/solicitation for commercial
items prepared in a 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. NOTICE: At the end of this
synopsis the following note will appear: ''END OF SYNOPSIS FULL TEXT
VERSION''. If the copy that the prospective offeror receives stops
before this point, s/he has not received all of the information
required. This is usually the result of editing by on-line synopsis
services. If this occurs, please call the Contract Specialist, Mr. Greg
Blew at (301) 862-8892 and a full version of this document will be
faxed to you. The Naval Air Warfare Center Aircraft Division (NAWCAD)
intends to procure one (1) Transponder Bench Test Set in support of the
AIMS MK II Identification Friend or Foe AN/UPX-27 Replacement Program,
commonly referred to as the Digital Interrogator Project. Solicitation
number N00421-96-Q-1118 is issued as a Request for Quotation (RFQ). The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular 90-39 and Defense Acquisition
Circular 91-10. This action is not set-aside for small business. The
standard industrial classification number for this prospective
procurement is 3679 and the small business size standard is 500
employees//// The contract line item number and item required is: CLIN
0001 - One (1) ''Transponder Bench Test Set''. The contractor shall
meet all of the specific requirements of the transponder bench test set
as follows: The technical characteristics required for the transponder
test set are that it must be a Non-Mil-Standard, commercially
available off-the-shelf test set. The test set must be a bench test set
not a ramp test set, and is not required to be ruggedized. The test set
must be capable of testing and calibrating ATCRBS and Mode-S airborne
transponders. The test set must be capable of data link testing of
Mode-S ACS, ACL, Comm-A, Comm-B, Comm-C, Ground Initiated Comm-B, and
Comm-D data link messages. The test set shall be capable of interlacing
Mode S and ATCRBS interrogations. The equipment is required to be
delivered, f.o.b destination, within 150 days after date of award to:
Receiving Officer, Villa Rode, Bldg 115, M/S-9, St. Inigoes, MD
20684-0010, M/F: Mike Pototsky (Code 4.5.8.2.4). Inspection and
Acceptance shall be made at destination. FAR 52.212-1 Instructions to
Offerors --Commercial Items (OCT 1995) is incorporated by reference and
applies to this acquisition. FAR 52.212-2 Evaluation--Commercial Items
does not apply to this acquisition. Instead, the following information
will be used for evaluation of offerors: an award will be made to that
responsible offeror submitting a technically acceptable proposal and
offering the lowest evaluated price. Price shall be the deciding factor
among technically acceptable proposals. To be technically acceptable,
the offeror's technical proposal must be evaluated as technically
acceptable for each of the requirements listed above. Technical
acceptability will be determined solely on the content and merit of the
information submitted in response to this provision. Therefore, it is
incumbent upon the offeror to provide sufficient technical literature,
documentation, etc. in order for the Government to make an adequate
technical assessment of the proposal. The price proposal shall be
evaluated on the overall lowest price to the Government. The offeror
shall provide backup information verifying the price offered, e.g. a
copy of current catalog, three invoices for the same equipment, etc.
Each offeror shall include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certifications -- Commercial (OCT
1995) with its proposal. FAR 52.212-4 Contract Terms and Conditions --
Commercial Items (OCT 1995) is incorporated by reference and applies
to this acquisition. The clause at 52.212-5 Contract Terms and
Conditions Required to Implement Executive Orders -- Commercial Items
(JAN 1996) is incorporated by reference, however, for paragraph (b)
only the following clauses apply to this acquisition: 52.222-26 Equal
Opportunity, 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, 52.225-3 Buy American Act - Supplies.
Additionally, each offeror shall include a completed copy of Defense
FAR Supplement (DFARS) provision 252.212-7000 Offeror Representations
and Certifications - Commercial Items (NOV 1995). DFARS clause
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (NOV 1995) is incorporated by reference, however, for
paragraph (b) only The following clauses apply: 252.225-7001 Buy
American Act and Balance of Payment Program, 252.249-7001 Notification
of Substantial Impact on Employment. WARRANTY--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.
This requirement is not rated. Offers are due to Greg Blew, Contract
Specialist, Contracts Competency Bldg. 110, M/S 9, Naval Air Warfare
Center Aircraft Division, St. Inigoes, MD 20684-0010 by 2:30 P.M.
Eastern Standard Time 23 SEP 1996. All responsible sources may submit
a proposal which shall be considered by the agency. Facsimile proposals
are acceptable and should be sent to (301) 862-8670. All proposals sent
via facsimile should be transmitted with the highest resolution
possible. In addition, original copies should be mailed to the address
(to which proposal are due) listed above. For information regarding
this solicitation contract Greg Blew Code 261GB (301) 862-8892. For
copies of FAR provision 52.212-3, fax your request to Greg Blew, (301)
862-8670. END OF SYNOPSIS FULL TEXT VERSION. (0249) Loren Data Corp. http://www.ld.com (SYN# 0249 19960906\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|