Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1996 PSA#1675

Contracts 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