Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,2000 PSA#2675

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

66 -- INSTRUMENTS & LABORATORY EQUIPMENT SOL 9. N00421-00-Q-0492 DUE 092900 POC Kelly Lynch III, Contract Specialist, 301-757-9728 The Naval Air Warfare Center Aircraft Division (NAWCAD) at Patuxent River, Maryland has a requirement for nineteen (19) Model EDR-3DM4/28VTO Transient Voltage Recorders. The Government intends to contract on a sole source basis with Instrumented Sensor Technology (IST), 4704 Moore Street, Okemos, Michigan 48864. IST is the only known source for providing these recorders, as they are the sole designer, developer, manufacture, supplier, and integrator of the EDR-3DM4/28VTO Transient Voltage Recorder. IST is the only known firm, which possesses the requisite knowledge of the recorder design, manufacture, configuration, operation and maintenance required to complete this effort. 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: REQUESTS FOR QUOTES ARE SOLICITED WITH THIS ANNOUNCEMENT AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a request for quote (RFQ) number N00421-00-Q-0492. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-18 and DCN 20000817 Edition. The applicable SIC Code 3829, size standard of 750 employees. The contract item numbers and items shall be in the following format: CLIN 0001 Model EDR-3DM4/28VTO Transient Voltage Recorder (quantity of 19). Each recorder shall contain six, high speed, wave form recording channels with programmable digitization continuously up to 3600 samples/sec/channel. Two channels will record between 0-30 volts signals, while the remaining four channels will record between +/-300 volt signal. Recording units will contain lithium batteries to maintain data between external power applications and to power the unit during data downloads. The contractor shall deliver CLIN 0001 within sixty (60) days after contract award to: Receiving Officer, MS-31, Supply Department, Naval Air Warfare Center Aircraft Division, Bldg. 2185, Suite 1130, Patuxent River, MD 20670, Inspection and acceptance shall be made at the destination, FOB Destination. The provision at FAR 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. It is incumbent on the offeror to provide sufficient technical information (technical brochures, written information, drawings, illustrations, documentation, etc.) to enable the Government to make an adequate technical assessment of the offeror's proposal. The offeror shall also provide sufficient written data (a copy of the current catalog, price list, and three recent invoices for the same or similar equipment and any other supporting information) verifying the price offered. The clause at FAR 52.212-4 Contract Terms and Conditions -- Commercial Items is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (May. 1999)(Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (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; FAR 52.212-5(b): 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (JUL 1995); 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (JUN 1997); 52.219-9 Small, Small Disadvantaged and Women-Owned Small BusinessSubcontracting Plan (AUG 1998); 52.222-26 Equal Opportunity (APR 1984); 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); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.219-14 -- Limitations on Subcontracting (Dec 1996); 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999); 52.225-1 -- Buy American Act -- Balance of Payments Program -- Supplies (Feb 2000); 52.225-13 -- Restriction on Certain Foreign Purchases (Jul 2000); 52.222-3 -- Convict Labor (Aug 1996). Additionally, the clause at DFARs provision 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 1998) is incorporated by reference, however, for paragraph (b) only the following clauses apply: 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998); 252.227-7015 Technical Data -- Commercial Items (NOV 1998); 252.225-7012 -- PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (MAY 1999); 252.247-7002 -- REVISION OF PRICES (DEC 1991); 252.227-7037 Validation of Restrictive Markings on Technical Data (NOV 1995); 252-247-7024 Notification of Transportation of Supplies by Sea (NOV 1995). Additionally, each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (JAN 1997) and DFARs 252.212-7000 Offeror Representations and Certifications -- Commercial Items (NOV 1995) with its proposal. WARRANTY: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale for all CLINs. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's right with regard to the other terms and conditions of the 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 CLIN. Any contract award as a result of this solicitation will be a DO -- A70 rated contract. The provision at 252.204-7004 Required Central Contractor Registration (MAR 1998) applies to this solicitation. Offers are due by XXXX to Kelly Lynch III, Contract Specialist, Navair Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670-1463. The Government will not pay for any information received. For information regarding this solicitation or copies of FAR 52.212-3 contract Kelly Lynch III, Code 2.5.4.3.4.6, Tele# 301-757-9728 or via e-mail: LynchK@navair.navy.mil. See numbered Note 22.**END SYNOPSIS/SOLICITATION #N00421-00-Q-0492.** Posted 08/28/00 (W-SN490756). (0241)

Loren Data Corp. http://www.ld.com (SYN# 0257 20000830\66-0001.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 28, 2000 by Loren Data Corp. -- info@ld.com