Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580

Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001

58 -- AN/ARR-84 99-CHANNEL RADIO FREQUENCY SONOBUOY RECEIVER SOL N00164-00-Q-0163 DUE 050100 POC Ms. Mary Brewer, Code 1164, telephone 812-854-3860, fax 812-854-3573, e-mail brewer_m@crane.navy.mil WEB: Naval Surface Warfare Center, Crane Division, Acquisiton, www.crane.navy.mil/supply/announce.htm. This solicitation, N00164-00-Q-0163, replaces solicitation N00164-00-R-0075 which was submitted to the Commerce Business Daily on or about 6 April 2000. N00164-00-R-0075 is hereby cancelled in its entirety. This is an electronic synopsis/solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. Solicitation number N00164-00-Q-0163 applies and is issued as a Request for Quotation (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 97-16 and Defense Change Notice 20000316. The standard industrial code is 3669 and the business size standard is 750 employees or less. The requirement is as follows: 1 each radio frequency (RF) sonobuoy receiver capable of receiving RF transmission from all U.S. sonobuoys currently in U.S. Navy inventory. Applicable document is equipment specification MIL-R-85689. National Stock Number assigned to this unit is 5845-01-372-1320. The frequency range shall be from 136 Megahertz (MHz) to 173.5 MHz, and this frequency range will be received on 99 dedicated channels. The receiver shall be capable of being installed on the U.S. Navy SH60 class of helicopter. The electrical connection of the receiver to the aircraft shall be compatible with existing wiring of the aircraft. Key features of the receiver shall be: 99 RF channels, 4 acoustic channels (simultaneous channels with any mix of analog or digital sonobuoys), dual 1553B computer control, digital sonobuoy reception capability, modular design-ease of acoustic channel expansion, high mission reliability (minimum 1500 hours mean time between failures), and low RF noise level. Maximum weight of the receiver shall be 25 pounds, and maximum dimensions of the receiver shall be 7 1/2" x 15" x 10". Certificates of conformance are required, stating that the unit meets Milspecsdesignated in descriptions. Upon request, a detailed technical specification will be made available. An additional 3 page specification can be downloaded at www.crane.navy.mil/supply/announce.htm. A firm fixed price contract will be awarded utilizing Simplified Acquisition Procedures (SAP). A single award will be made. FAR Part 12 procedures do not apply. Delivery is required F.O.B. NSWC Crane IN on or before 27 October 2000 with inspection and acceptance at NSWC Crane IN. It is anticipated that this procurement will be awarded on a sole source basis to Flightline Electronics, 7525 County Road 4, P.O. Box 750, Fishers, NY 14453-0750. All responsible sources may submit an offer, which will be considered by the agency. The following provisions apply to this acquisition: 52.203-3 Gratuities; 52.213-4 Terms and Conditions Simplified Acquisitions (Other Than Commercial Items); 52.222-25 Affirmative Action Compliance [FILL IN]; 52-232-1 Payments; 252.243-7001 Pricing of Contract Modifications; 52.246-1 Contractor Inspection Requirements; 52.252-2 Solicitation Provisions Incorporated by Reference; 52.219-1 Small Business Program Representations [FILL IN]; 52.232-23 Alt I Assignment of Claims; 52.225-11 Restrictions on Certain Foreign Purchases; 252.225-7000 Buy American Act Balance of Payments Program Certificate; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country sources as Subcontractors; 252.225-7009 Duty-Free Entry Qualifying Country End Products and Supplies; 52.204-3 Taxpayer Identification [FILL IN]; 52.207-4 Economic Purchase Quantity Supplies [FILL IN]; 52.211-7 Alternatives to Government-Unique Standards; 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 52.222-21 Certification of Nonsegregated Facilities; 52.211-5 Material Requirements; 52.246-16 Responsibility for Supplies; 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form); 52.225-3 Buy American Act Supplies; 52.246-15 Certificate of Conformance; 52.222-22 Previous Contracts and Compliance Reports; 252.225-7017 Prohibition on Award to Companies Owned by the People's Republic of China; 52.243-2 Alt I changes Fixed-Price; 52.211-14 Notice of Priority Rating for National Defense Use; 252.246-7000 Material Inspection and Receiving Report; 252.204-7004 Required Central Contractor Registration; 52.249-8 Default (Fixed-Price Supply and Service); 52.247-34 F.O.B. Destination. The offeror shall 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 1 May 00 at 2:00 P.M. Eastern Standard Time. Inquiries may be submitted to Ms. Mary Brewer, Code1164EP, telephone 812-854-3860, telefax 812-854-3573, or e-mail brewer_m@crane.navy.mil. Posted 04/13/00 (W-SN444501). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0270 20000417\58-0003.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page