|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1996 PSA#1704Contracts Group, Building #110, Naval Air Warfare Center Aircraft
Division, St. Inigoes, MD 20684-0010 59 -- PALM TOP COMPUTERS SOL N00421-97-Q-1008 DUE 100896 POC CONTACT
PERSON: Carnell M. Mosley, Contract Specialist, (301) 862- 6037, Code
2.6.1CM CONTRACTING OFFICER: Bill Case, (301)862-8641, Code 2.6.1BC.
This is a sole source combined synopsis/solicitation for commercial
items 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 being
requested and a written solicitation will not be issued. Solicitation
number N00421-97-Q-1008 is assigned as a Request for Quote (RFQ)
number. The incorporated document and provisions and clauses are those
in effect through Federal Acquisition Circular 90-37 and Defense
Acquisition Circular 91-9. This combined synopsis/solicitation also
serves as a notice of intent to negotiate with S.T. Research, 8419
Terminal Road, PO Box 1430, Newington, Virginia 22122-1430 on an other
than full and open competitive basis (FAR 6.302-1 ONLY ONE RESPONSIBLE
SOURCE AND NO OTHER SUPPLIES OR SERVICES WILL SATISFY AGENCY
REQUIREMENTS) for the procurement of CLIN 0001: (45 Qty) Ultimax 4000
(P/N: 4016ME): Includes: Monochrome Display, elastomer keyboard, 16
Mbytes RAM and CLIN 0002-Manuals (Trouble Shooting Manuals and
Instruction Manuals) to outfit the Automation subsystem of JBS-V1 on
the basis of FAR 6.302-1. The Government intends to negotiate on a sole
source basis with S.T. Research because the Ultimate 4000 is the only
known COTS palmtop computer that provides a ruggedized connector on the
outside of the case that is cabled internally to an accessible PCMCIA
slot to allow PC Cards to be installed in the field and maintain the
unit's environment protection. This procurement shall be F.O.B.
destination with inspection and acceptance at destination. Items shall
be delivered to Receiving Office, NAWCAD St. Inigoes, Villa Road,
Building #115, St. Inigoes, MD 20684-0010, M/F: Candy Chesser. The
contractor shall deliver CLINs 0001 and 0002 three months after award
of contract. FAR 212-1 Instructions to Offerors--Commercial Items (Oct.
1995) and FAR 52.212-4 Contract Terms and Conditions--Commercial Items
(JAN 1996) are incorporated by reference and applies to this
acquisition. The offeror shall include a completed copy of the
provisions at FAR 52.212-3, Offeror Representation and
Certifications--Commercial (Oct. 1996) with its proposal. The clause at
52.212-5 Contract Terms and Conditions Required to Implement Executive
Order--Commercial Items (JAN 1996) is incorporated by reference,
however, for paragraph (b) only the following clauses apply to this
acquisition as follows: 52.203-6, Restrictions on Subcontractor Sales
to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C.
2402), 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity (41 U.S.C. 423), 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637
(d)(2) and (3)), 52.219-26, Equal Opportunity (E.O. 11246), 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans (38
U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (26
U.S.C. 763), 52-222-37, and Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). The clause
at DFAR 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense (NOV
1995), is hereby incorporated by reference and applies to this
acquisition, however, for paragraph (b) only the following clauses
apply: 252.225-7001, Buy American Act and Balance of Payment Program
(41 U.S.C. 10, E.O. 10582), 252.225-7007, Trade Agreement (10 U.S.C.
2501-2582), 252.225-7012, Preference for Certain Domestic Commodities,
and 252.233-7000, Certification of Claims and Requests for Adjustment
or Relief (10 U.S.C. 2410). WARRENTY--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 right with regard to the other
terms and conditions of this contract. In the event of a conflict, the
terms and conditions of the contract hall take precedence over the
warranty. The warranty period shall begin upon final acceptance of
items listed in the schedule. This is a DO rated contract. Quotes are
due to Mr. Carnell M. Mosley, Contract Specialist, Contracts Group, MS
#9, Naval Air Warfare Center Aircraft Division (NAWCAD), Building
#110, St. Inigoes, MD 20684-0010, by 2:30 P.M. EST November 4, 1996.
Questions submitted after the established time and date shall not be
answered. For information regarding this solicitation contact Mr.
Carnell M. Mosley (Code 2.6.1CM) (301)862-6037/Fax(301)862-8670.
(0291) Loren Data Corp. http://www.ld.com (SYN# 0193 19961018\59-0001.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|