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
|
|
|