Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340

Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010

59 -- PART NUMBER ICS-130-4 A/D CONVERTER SOL N00421-99-Q-5368 DUE 052199 POC Rhoda Hall, Contract Specialist, (301) 862-8950 WEB: click here to download a copy of the RFQ, http://www.nawcad.navy.mil/nawcad/contracts/solicitation.html. E-MAIL: click here to contact the contract specialist via, HallRG@navair.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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 Number N00421-99-Q-5368 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-09 and Defense Acquisition Circular 91-13. This action is set aside for small businesses. The applicable SIC is 3577 and the small business size standard is 1,000 employees. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed contract on a Brand Name Mandatory Basis. The only manufacturer capable under the authority of FAR Part 6.302-1 of providing the required parts is Interactive Circuits and Systems, Ltd (ICS), 5430 Canoted Rd., Glourester, OT K1J9G2. However, the Government will accept proposals from Vendors that can provide the requisite ICS part numbers. The contract line item numbers and description are: **CLIN 0001 -- Part Number: ICS-130-4, A/D Converter, QTY OF 16. Award is expected to be 21 May 1999 with an expected delivery date of 21 June 1999 FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Thuy Le. Inspection and acceptance shall be made at destination. 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 rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule.FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (AUG 1998) is incorporated by reference and applies to this acquisition. FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) applies to this acquisition and is incorporated in full test as follows: 52.212-2 Evaluation -- Commercial Items (Jan 1999) (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: (i) price only. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) Awritten notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT 1998) with its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (APR 1998) is incorporated by reference and applies to this acquisition The following addendum is added: YEAR 2000 COMPLIANCE (OCT 1998) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (I) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) "Year 2000 compliant" means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS ANDCONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS ([JAN 1999]*[OCT 1998]) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: Not Applicable (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241) (flow down not required for subcontracts awarded beginning May 1, 1996). **End of clause** DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 1998) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components. 252.225-7036, Buy American Act -- North America Free Trade Agreement Implementation Act -- Balance of Payment Program (41 U.S.C. 10a,-10d, E.O. 10582). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 1998) applies to this solicitation. This notice of intent is not a request for competitive proposals. However, responsible interested parties may submit a proposal in which they identify their interest and capability. Offer is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 20 May 1999. All proposals received by 3:30P.M. Eastern Standard Time 20 May 1999 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall, Code 254134, Tele#301-862-8950 or via e-mail: If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-8950). **END SYNOPSIS/SOLICITATION #N00421-99-Q-5368.** Posted 05/04/99 (W-SN327625). (0124)

Loren Data Corp. http://www.ld.com (SYN# 0285 19990506\59-0003.SOL)


59 - Electrical and Electronic Equipment Components Index Page