Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

58 -- COMMUNICATION, DETECTION AND COHERENT RADIATION EQUIPMENT SOL N00164-97-Q-0314 DUE 071497 POC Diane Pearson, Code 1163W7, telephone 812-854-5201, fax 812-854-3465 WEB: click here to download, http://www.crane.navy.mil. E-MAIL: click here for questions, pearson_d@crane.navy.navy.mil. This is a 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00164-97-Q-0314 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The Standard Industrial Classification Code for this procurement is 3669. This is a sole source procurement to Dorme and Margolin, 2950 Veterans Memorial Highway, Boehmia, NY 11716 in accordance with FAR 6.302-1(c). The specifications are proprietary to Dorne & Margolin. An indefinite delivery-indefinite quantity type contract with a 5 year ordering period is being utilized. The following item is being procured: CLIN 0001 Antenna -- Dorme and Margolin PN DMN-17-C, Minimum quantity 15 each/Maximum Quantity 60 each. The minimum quantity of 15 each will be purchased at time of award. Pricing is requested for a 5 year ordering period for the additional units up to the maximum quantities. Different prices for the out-years is acceptable. Pricing to allow for economic price breaks for additional purchase quantities, beyond the minimum. Final inspection and acceptance will be at source by a representative of the DCMAO prior to shipment to NSWC Crane. The contractor shall submit a Material Inspection and Receiving Report (MIRR) DD250 to a representative of DCMAO for acceptance/rejection of each item. The Serial Number of each item will be annotated on the DD250. The signed DD250 shall accompany each unit(s) to NSWC Crane. The period of acceptance is 15 days after receipt of the units. Production lead time is 180 days after contract award. Quality assurance required is MIL-I-45208 or MIL-STD ISO Certification 9000/3. The ship to address is: Naval Surface Warfare Center, Crane Division, ATTN: Mgr. 9F, M. McAtee (854-6181), Bldg. 41SW, 300 Highway 361, Crane, IN 47522-5011. A firm fixed price contract will be placed utilizing Simplified Acquisition Procedures. Delivery will be in accordance with FAR 52.247-30, FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (incorporating FAR 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, 52.225-16 Buy American Act-Supplies under European Community Agreement certificate, 52.225-17 Buy American Act-Supplies under European Community Agreement, 52.25-18 European Community Sanctions for end Products, 52.225-19 European Community Sanctions for Services, FAR 52.216-19 (a) Minimum order . . .contract in an amount of less than 15 each. . .(b) Maximum order 60 each. FAR 52.215-22 (d) the Contractor shall not be required to make any deliveries under this contract after 5 years after the date of contract award, 52.219-14 Limitation on Subcontracting, and 252.227-7015 Technical Data -- Commercial Items apply to this acquisition. 52.212-2 Evaluation-Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement, price and past performance. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial items. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS Number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/ amendments and considered for future discussions and/or award. The written quotes and the above required information must be received at this office on or before 14 July 1997 at 3:00 PM Central Time. Proposals may be sent to: Contracting Officer, Bldg. 64 (ATTN: Diane L. Pearson, Code 1163W7) NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011. Facsimile quotes are acceptable (812-854-3465). All responsible sources may submit an offer which will be considered by the agency. Numbered note 22 applies. (0183)

Loren Data Corp. http://www.ld.com (SYN# 0349 19970708\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page