Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6, 2001 PSA #2824
SOLICITATIONS

58 -- INSTALLATION OF LIBERTY STAR SWITCHES

Notice Date
April 4, 2001
Contracting Office
Department of the Navy, NAWCAD Contracts Competency Division, Villa Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010
ZIP Code
20684-0010
Solicitation Number
N00421-01-R-0185
Response Due
April 18, 2001
Point of Contact
Jason Lev 301-862-8899
E-Mail Address
Jason Lev Contract Specialist (levjj@navair.navy.mil)
Description
This is a sole source 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 not being requested and a written solicitation will not be issued. Solicitation Number N00421-01-R-0185 is issued as a request for proposal (RFP). The Government intends to initiate a procurement of services and supplies to install a Liberty-STAR Control Communications Switch (VCCS) in the United States Customs Service Domestic Interdiction Operations Center (USCS DIOC). The Government will solicit and negotiate the proposed contract on a sole source basis with, Austin Info Systems, Inc. (AIS), 301 Camp Craft Road, Suite 200, Austin, TX 78746, under the authority of FAR Part 6.302-1. ONLY ONE RESPONSIBLE SOURCE AND NO OTHER SUPPLIES OR SERVICES WILL SATISFY AGENCY REQUIREMENTS. AIS is the sole developer of the interface between the Crypto and Remote Radio Control unit and is the only source to produce a 100% security capability system, which is a critical requirement. The following items and services that are needed to meet the USCS DIOC requirements will be on the NAVAIR Homepage under Business Opportunities, Open Solicitations. Under the Open Solicitations section, solicitation number N00421-01-R-0185 will have attachments to assist the contractor. The following attachments will be enclosed: Statement of Work, Item Description, and Contractor Data Requirements Lists. All deliverables shall be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Road, St. Inigoes, MD 20684; M/F: Tom Knowlton, 4.5.8.6,USCS DIOC. Inspection and acceptance shall also 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 deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The Government will evaluate the proposal for fairness and reasonableness in accordance with normal procedures prior to making award. The offeror shall provide back-up information that verifies the price offered. This could consist of a copy of the current catalog, price list, and/or invoices from previous sales of the identical item(s). The offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (FEB 2001) ALTERNATATE I (OCT 2000) with its proposal. 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 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 AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (FEB 2001) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor and (2) 52.233-3, Protest After Award. (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 contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; (2) 52.219-8, Utilization of Small Business Concerns; (3) 52.222-21, Prohibition of Segregated Facilities: (4) 52.222-26, Equal Opportunity; (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (6) 52.222-36, Affirmative Action for Workers with Disabilities; (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (8) 52.225-1, Buy American Act-Balance of Payments Program-Supplies; and (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (c) No clauses are applicable in this section. (d) The Contractor agrees to comply with the provisions of this paragraph. (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; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (flow down not required for subcontracts awarded beginning May 1, 1996), and (5) 52.222.41, Service Contract Act of 1965, as Amended (41 U.S.C 351, et. seq.). **End of clause**Offeror shall include a completed copy of the provision at DFAR 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) with its proposal. DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. (a) 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: (1) 252.225-7012, Preference for Certain Domestic Commodities; (2) 252.225-7014 Preference of Domestic Specialty Metals; (3) 252.243-7002, Request for Equitable Adjustment; (4) 252.247-7023 Transportation of Supplies by Sea; and (5) 252.247-7024 Notification of Transportation of Supplies by Sea. (b) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items clause of this solicitation (FAR 52.212-5), 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: (1) 252.225-7014, Preference for Domestic Specialty Metals, Alternate I; (2) 252.247-7023 Transportation of Supplies by Sea; and (3) Notification of Transportation of Supplies by Sea. The provision at 252.204-7004 Required Central Contractor Registration applies to this solicitation. The proposal along with completed representations and certifications is due by 18 April 2001 to Mr. Jason Lev, Contract Specialist 2.5.1.2.2.6, E-mail levjj@navair.navy.mil, Phone (301) 862-8899, FAX (301) 862-8670. Award is anticipated to be made on 20 April 2001 with a resulting expected delivery date of 06 July 2001. **END OF SYNOPSIS/SOLICITATION #N00421-00-R-0626**
Web Link
Navair Homepage (www.navair.navy.mil)
Record
Loren Data Corp. 20010406/58SOL009.HTM (W-094 SN50I305)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on April 4, 2001 by Loren Data Corp. -- info@ld.com