|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg 2272
Suite 353, 47123 Buse Road, Patuxent River, MD 20670-1547 58 -- AN/ARC-182(V) C-10319A CONTROL, REMOTE AND MT-4934 MOUNT, RT,
SOLID SOL N00421-99-R-1717 DUE 092899 POC Debbie Norris, Contract
Specialist 301-757-5918; Clare Carmack, Contracting Officer
301-757-5919 E-MAIL: Click here to contact the contract specialist via,
norrisdj@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-R-1717 is issued as a request for proposal (RFP). The
incorporated document and provisions and clauses are those in effect
through Federal Acquisition Circular 97-12 and Defense Acquisition
Circular 91-13. This action is not set aside for small business. The
applicable SIC is 3699 and the small business size standard is <750
employees. This is a DO rated order with an assigned rating of A70.
The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River,
MD has a sole source requirement for Rockwell Collins Government
Systems (RCGS) AN/ARC-182 (V) C-10319A Control, Remote and MT-4934
Mount, RT, Solid in support of the EA-6B Program. In accordance with
FAR 6.302-1, only one responsible source and no other supplies or
services will satisfy the agency requirements. RCGS is the sole
designer, developer and currently the only qualified manufacturer of
the requisite AN/ARC-182 (V) hardware. Therefore, this acquisition will
be negotiated on a sole source basis with RCGS, 400 Collins Road N.E.,
Cedar Rapids, IA 52498. It is anticipated that a firm-fixed price type
contract will be awarded. The contract line item number and description
is: CLIN 0001: C-10319A Control, Remote, RCGS P/N 622-6324-001,
quantity of 20 each and CLIN 0002: MT-4934, Mount, RT, Solid, RCGS P/N
622-4933-001, quantity of 20 each. ISO 9001 requirements shall be
incorporated into the contract as the single quality requirement. Award
is expected to be on or before 30 September 1999. Delivery is required
to be completed by December 2000. FOB Origin with inspection and
acceptance at origin. Final delivery destination is to be determined;
TAC N826 applies.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 any "Inspection" clause that may be in the
contract, 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 (Jun 1999)
is incorporated by reference and applies to this acquisition. The
provision at 52.212-2 Evaluation -- Commercial Items (Jan 1999) does
not apply to this acquisition as it is a sole source procurement. The
Government will evaluate RCGS's proposal for fairness and
reasonableness in accordance with FAR Part 15 prior to making an award.
Offerors shall include a completed copy of the provisions at FAR
52.212-3 Offeror Representations and Certifications -- Commercial Items
(Jun 1999) Alt I (Oct 1998), Defense Federal Acquisition Regulation
Supplement (DFARS) 252.212-7000 Offeror Representations and
Certifications -- Commercial Items (Nov 1995), and 252.225-7000 Buy
American Act -- Balance of Payments Program Certificate (Dec 1991) with
proposals. FAR 52.212-4 Contract Terms and Conditions -- Commercial
Items (May 1999) is incorporated by reference and applies to this
acquisition. The following addendum is hereby added: 5252.246-9503 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 leap year calculations, to the extent that other
information technology, used in combination with the information
technology being acquired, properly exchanges date/time data with it.
FAR 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items (May 1999) applies to
this acquisition and includes the following additional FAR clauses
which are incorporated in this solicitation by reference: 52.203-6
Restrictions on Subcontractor Sales to the Government with Alternate I
(Oct 1995), 52.219-8 Utilization of Small Business Concerns (Jun
1999), 52.222-21 Prohibition of Segregated Facilities (Feb 1999),
52.222-26 Equal Opportunity (Feb 1999), 52.222-35 Affirmative Action
for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998),
52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998),
and 52.222-37 Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era (Jan 1999), 52.232-33 Payment by Electronic Funds
Transfer Central Contractor Registration (31 U.S.C. 3332), DFARS
252.212-7001 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (Jan 1999) is incorporated by reference and includes
the following additional DFARS clauses which are also incorporated in
this solicitation by reference: 252.225-7001 Buy American Act and
Balance of Payments Program (Mar 1998), 252.225-7012 Preference for
Certain Domestic Commodities (May 1999), 252.243-7002, Certification of
Requests for Equitable Adjustment (Mar 1998), and 252.247-7024
Notification of Transportation of Supplies by Sea (Nov 1995). DFARS
clauses 252.204-7004 Required Central Contractor Registration (Mar
1998), 252.225-7002 Qualifying Country Sources as Subcontractors (Dec
1991) also apply to this solicitation. This combined
synopsis/solicitation is not a request for competitive proposals.
However, all responsible sources may submit a proposal which shall be
considered by the agency. Offers are due to Debbie Norris, Contract
Specialist, Code 2553P, Contracts, Naval Air Warfare Center Aircraft
Division, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent
River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 28 September
1999. The Government will not pay for any information received.
Facsimile proposals will be accepted. For information regarding this
solicitation or copies of FAR provision 52.212-3 and/or DFARS
provisions 252.212-7000 and 252.225-7000, contact Debbie Norris,
Contract Specialist, Code 2553P, Phone: 301-757-5918, Facsimile:
301-757-5956, or via e-mail: NorrisDJ@navair.navy.mil. Posted 09/23/99
(W-SN383679). (0266) Loren Data Corp. http://www.ld.com (SYN# 0256 19990927\58-0006.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|