Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577

16 -- AVIONICS SPARES FOR THE MH-60L COCKPIT MANAGEMENT SYSTEM (CMS) AND MH-47D ADVERSE WEATHER CAPABLE (AWC) SYSTEM SOL USZA95-98-R-0043 DUE 090898 POC POC Sherrie H. Carmona @ 757-878-5223, X-242/Contracting Officer Richard J. Cooney @ 757-878-5223, X-251 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is USZA95-98-R-0043 and is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-2. The Standard Industrial Classification applicable to this solicitation is 3728. The size standard is 1,000. The Government intends to acquire the following on a sole source basis under the authority of FAR 6.302-1: 10 each, Remote Readout Unit, P/N 622-9692-001; 13 each, Control Display Unit 900Y, P/N 822-0948-001; 10 each, DR-200 PC Card DT Receptacle, P/N 822-1157-001; 15 each, Multi-Function Display 255M, P/N 822-0975-001; and 19 each, TCN-500 Receiver-Transmitter, P/N 622-8149-001. The intended source of supply is Rockwell Collins Inc., Government Systems (RCGS), Cedar Rapids, Iowa 52498. Desired delivery is 6-months after contract award. The inspection/acceptance and FOB Point are Destination (Ft. Campbell, Kentucky). The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition without addenda. The provision at 52.212-2 "Evaluation -- Commercial Items" applies to this solicitation. Award will be made to the lowest priced technically acceptable offeror. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition without addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following optional clauses cited within 52.212-5 apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disable and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-18, European Union Sanction for End Products; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following optional clauses cited within 252.212-7001 applie: DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7003, Small Business and Small Disadvantaged Business Subcontracting Plan (DoD Contracts); 252-219-7005, Incentive for Subcontracting with Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions -- Alternate I; 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns -- Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.225-7015, Preference for Domestic Hand or Measuring Tools; 252.227-7015, Technical Data -- Commercial Items; 252.233-7000, Certification of Claims and Requests for Adjustment or Relief; and 252.247-7024, Notification of Transportation of Supplies by Sea. This is a DO A-1 rated order. As previously noted, the intended source of supply is Rockwell Collins, Cedar Rapids, IA. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Numbered Note 22 is applicable to this RFP with the exception of the forty-five days response time therein. All responsible Sources may submit a proposal which shall be considered. Proposals are due 08 SEP 98, 2:00 p.m. local time. Written quotations should be sent to: Technology Applications Contracting Office, ATTN: AMSAM-AR-Z-A-K (Sherrie H. Carmona), Lee Blvd., Building 401, Ft. Eustis VA. Point of Contract is Mrs. Carmona at (757) 878-5223, Extension 242 or Facsimile (757) 878-4199. Posted 08/13/98 (W-SN236602). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0264 19980817\16-0007.SOL)


16 - Aircraft Components and Accessories Index Page