|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 59 -- MULTIPLEXER SOL N00164-98-Q-0156 DUE 081798 POC Patty Cox, Code
1163W6, telephone 812-854-3229, Kelly Siffin, Contracting Officer WEB:
click here to download the RFQ, http://www.crane.navy.mil. E-MAIL:
click here for point of contact, cox_p@crane.navy.mil. 1. 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. Proposals Are Being Requested And A
Written Solicitation Will Not Be Issued. Solicitation N00164-98-Q-0156
applies and is issued as a request for quote (RFQ). This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-03 and Defense Acquisition
Circular 91-12. The standard industrial code is 3663 and the business
size standard is 750 employees or less. This requirement is for a firm
fixed price contract for as follows. Line item 0001: Optical Dense
Wavelength Division Multiplexer (DWDM) Module, 32 Channel. Qty 1 each,
Photonetics France, Model #3655 MX-32, Part # MICS-32 Brand name or
equal in accordance with Salient Characteristics, which are available
for downloading at Crane's Homepage address, http://www.crane.navy.mil.
Delivery shall be: 6 weeks after contractor receipt of order. F.O.B.
Destination with inspection and acceptance at NAVSURFWARCENDIV CRANE.
NSWC CRANE technical personnel will require 14 days to inspect and
accept/reject production units. All responsible sources may submit an
offer which will be considered by the Agency. A fixed price purchase
order will be awarded based on Simplified Acquisition Procedures (SAP).
In SAP, this procurement is reserved for Small Business concerns. The
Government intends to award to the responsible offeror whose quotation
conforming to the solicitation is the most advantageous and Best Value
to the government. Award will be made based on all or none. The
following provisions apply to this acquisition: 52.212-1 Instructions
to Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions
-- Commercial Items; 52.212-5 Contract Terms & Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items; 52.222-3
Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on
Subcontractor Sales to the Government, with Alternate 1; 52.219-8
Utilization of Small Business Concerns and Small disadvantaged Business
Concerns; 52.219-14 Limitations on Subcontracting; 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; 52.225-9 Buy
American Act -- Trade Agreements Act -- Balance of Payments Program;
52.225-18 European Union Sanctions for End Products; 52.225-19 European
Union Sanctions for Services; 52.225-21 Buy American Act -- North
American Free Trade Agreement Implementation Act -- Balance of Payments
Program. The contractor shall extend to the Government the full
coverage of commercial sale, provided such warranty is available at no
additional cost to the Government. 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 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.
Quotations and the above required information must be received at the
above contact point in this office on or before 17 Aug 1998 at 12:00
PM (Noon) Eastern Standard Time. Posted 08/06/98 (W-SN233442). (0218) Loren Data Corp. http://www.ld.com (SYN# 0353 19980810\59-0010.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|