COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS
58 -- 10530-1000-01 TRANSCEIVER RADIOS AND ANCILLARIES
- Notice Date
- May 24, 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-0267
- Response Due
- June 1, 2001
- Point of Contact
- POC Rosa Harding (251222), Contract Specialist (301) 862-6037/Bill Case (25122), Contracting Officer (301) 862-8641
- E-Mail Address
- Click here to contact the Contract Specialist via (hardingrm@navair.navy.mil)
- Description
- 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00421-01-R-0267 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and Defense Federal Acquisition Regulations Supplement Change Notice 20001213. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed contract for Transceiver Radios and ancillary items on a sole source basis with Harris Corporation RF Communications Division, 1680 University Avenue, Rochester, NY 14610, for the part numbers listed below, under the authority of FAR Part 6.302-1. Harris is the sole manufacturer and the sole qualified distributor of the required supplies at the present time. Only Harris Corporation is capable of providing Transceivers that meet the required fit, form, and function necessary to maintain compatibility with existing hardware for the U. S. Coast Guard Over The Horizon (OTH) Project and for U. S. Special Operations Command (USSOCOM) SSN-688 Class Project. Minimum salient characteristics of the required Transceiver Radio are as follows: must meet the size standard of 10.4" W x 3.1" H x 13.1" D and weigh less than 8.9 pounds; must cover HF/VHF-UHF frequencies from 1.6 to 30MHz, with up to 100 preset channels that provide both HF and VHF-UHF capabilities in one transceiver; must meet MIL-STD-810E for ruggedization, water and humidity resistance, and shock resistance; must meet the Coast Guard temperature requirements of operation between -40 to 126 ; and must meet fit, form, and function compatibility to maintain equipment configuration control and integrity. Only Harris produces a commercial-off-the-shelf Transceiver Radio that can meet these identified Government minimum requirements. The contract line item numbers and descriptions are** CLIN 0001 TRANSCEIVER (P/N: 10530-1000-01) QTY OF 10; CLIN 0002 HF/VHF VEHICULAR TRANSCEIVER 1.6 TO 60 MHz (P/N: RF-5200V-150A) QTY OF 5; CLIN 0003 PERFORMANCE OPTION AUTOMATIC LINK ESTABLISHMENT (P/N: RF-5161-01) QTY OF 5; CLIN 0004 SECURITY OPTION (P/N: RF-5170) QTY OF 5; CLIN 0005 SINGLE SHOCK MOUNT FOR RF-5051PS-125 (P/N: RF-5071VSM) QTY OF 5; CLIN 0006 OPERATIONS/MAINTENANCE MANUAL (CDRL A001). The North American Industry Classification Systems (NAICS) code for this requirement is 513322 with a size standard of 1,000 employees. The proposal, along with completed representations and certifications, is due by 1 June 2001. Award is anticipated no later than 8 June 2001 with a required delivery date 3 months after contract award. FOB Destination as follows: (CLIN 0001) to Receiving Officer, NAWCAD, Villa Road, Building 8115, St. Inigoes, MD 20684, M/F: Kunes USCG OTH; (CLINs 0002-0004) to COMSEC Account No. 256143, Commanding Officer, NASPAXRVR Webster Field Annex, Attn: CMS Custodian 8.1.1.4.1, Building 8009, Villa Road, St. Inigoes, MD 20684-0010, M/F: Risbon/USSOCOM/SN688CLASS-FIVE; (CLINs 0005 & 0006) to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: Risbon/USSOCOM/SSN688CLASS-FIVE. Inspection and acceptance shall 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 deliverable 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 provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will use simplified acquisition procedures in accordance with FAR Subpart 13.5 to solicit, offer evaluate, and award the resultant contract. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT 2000) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2001) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (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 (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (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, with Alternate I (41 U.S.C. 253g and 10 U.S.C 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637(d)(2) and (3)); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (4) 52.222-26, Equal Opportunity (E.O. 11246); (5) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (8) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (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 (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). **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. 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) 252.205-7000, Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416); (2) 252.225-7007, Buy American Act-Trade Agreements Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 2501-2518, and 19 U.S.C. 3301 note); (3) 252.225-7012, Preference for Certain Domestic Commodities; (4) 252.225-7021, Trade Agreements (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note); (5) 252,243-7002, Certification of Requests for Equitable Adjustment (10 U.S.C. 2410); and (6) 252.247-7023, Transportation of Supplies by Sea, Alternate I (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items clause of this contract, 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: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Rosa Harding, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Rd., St. Inigoes, MD 20684-0010 by 4:00 P.M. Eastern Standard Time, 31 May 2001. All quotes received by 4:00P.M. Eastern Standard Time 7 May 2001, will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFAR clauses 252.212-7000, contact Rosa Harding, Code 251222, Tele# 301-862-6037 or via e-mail: If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (301-862-8670) or telephone (301-862-6037). **END SYNOPSIS/SOLICITATION #N00421-01-R-0267. **
- Record
- Loren Data Corp. 20010529/58SOL004.HTM (W-144 SN50N0I7)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on May 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|