Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1998 PSA#2094

Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001

58 -- MISCELLANEOUS COMMUNICATION EQUIPMENT FOR DIFFERENTIAL GLOBAL POSITIONING SYSTEM SOL N00164-98-Q-0153 DUE 051898 POC Shirley Littrell, Code 1165ZM, 812-854-1947, e-mail littrell_s@crane.navy.mil, by facsimile 812-854-3465/Mary Sheetz, Code 1165ZA, Contracting Officer E-MAIL: Click here to reach POC, littrell_s@crane.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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The Standard Industrial Classification Code for this procurement is 4822. This is a sole source procurement to Trimble Navigation Ltd., 610 Herndon Pkwy. #600, Herndon, VA 20170, in accordance with FAR 6.302-1(c). The requirement is for: CLIN 0001 -- 4 each, DigiBoard PCI/8r, P/N 229497-10; CLIN 0002 -- 3 each DigiBoard Cable, P/N 22948; CLIN 0003 -- 4 each, Hardware Watchdog Card (WDT 500P), P/N 29736; CLIN 0004 -- 4 each, Special Ethernet Network Card, P/N Special; CLIN 0005 -- 3 each Special Cisco Router (2501); CLIN 0006 -- 4 each; Special Router Accessory Kit, P/N Special; CLIN 0007 -- 3 each, 1 Year Extended Warranty 4000 IM; CLIN 0008 -- 6 each, 1 Year Extended Warranty, 4000 MSK; CLIN 0009, 6 each, 1 Year Firmware Updates, 4000 MSK; CLIN 0010 -- 3 each, 1 Year Firmware Updates, 4000 IM; CLIN 0011 -- 3 each, 1 Year Software Support, RSIM; CLIN 0012 -- 3 each, RSIM Software; CLIN 0013 -- 1 each, CS Software; CLIN 0014 -- 1 each, 1 Year Software Support, CS; CLIN 0015 -- 1 each, Special Cisco Router (2509). The required delivery date is 15 June 1998. The award will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. Shipping terms will be FOB destination. 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, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, -- Commercial Items apply to this acquisition). 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. Numbered Note 22 applies. The written quotes and the above required information must be received at this office on or before 18 May 1998 at 10:00 AM central time. Proposals may be sent to: Contracting Officer, Bldg. 64 (ATTN: Shirley Littrell, Code 1165ZM) 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. (0131)

Loren Data Corp. http://www.ld.com (SYN# 0243 19980513\58-0008.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page