Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

58 -- URC-200 AND ANCILLARIES

Notice Date
July 3, 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-Q-0434
Response Due
July 12, 2001
Point of Contact
Agnes Birch, Contract Specialist, 301-862-8884, Fax 301-862-8670
E-Mail Address
click here to contact the contracting officer via (birchae@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 only the solicitation; proposals are not being requested and a written solicitation will not be issued. Solicitation Number N00421-01-R-0285 is issued as a request for proposal (RFP). The incorporated document and provisions and clauses are those in effect as of the date of issuance of this notice. The Government intends to purchase on a Indefinite Delivery Indefinite Quantity Firm Fixed-Price basis and to solicit and negotiate the proposed contract for URC-200's with Ancilliaries on a sole source basis with Motorola, 8201 East McDowell Road, Scottsdale, AZ 85252, for the part numbers listed below, under the authority of FAR Part 6.302-1. Motorola is the sole manufacturer of the URC-200 and ancillaries which is the only transceiver that is interoperable and compatible with the already fielded URC-200's. The contract line item numbers and descriptions for the First Ordering Period of 12 months are CLIN 0001 P/N 01-P36744M001 URC-200 Transceiver: Transceiver and O&M Manual Only, 16 each; CLIN 0002 P/N 01-P34364E001 UPA-50: 50-WATT FM, 30 WATT AM, Power Amplifier, Cable & Mounting Kit, 14 each; CLIN 0003 P/N 85-P35990M001 UVU-200: Antenna Basestation, 14 each; CLIN 0004 P/N 01-P35807M001 UIB-100: 28 VDC input: Provides Unfiltered 28 VDC to Transceiver & Power Amplifier, 14 each; CLIN 0005 P/N 50-P39208N001 PTMP-150: Hand Microphone, 28 each; CLIN 0006 EBN-30: 30-90 MHz Band Enhancement (Less Antenna), 2 each; CLIN 0007 P/N 01-P35860M001 UAC-100: AC Power Supply for URC-200, 1 each; CLIN 0008 P/N 01-P35865M001, URM-100 Rack Mount, 2 each; CLIN 0009 P/N 85-P35637J, UVU-300: 30-420 MHz Basestation antenna, 2 each; CLIN 0010 P/N 01-P35863M001, UAC-300: AC Power Supply for URC-200 & UPA-50, 1 each; CLIN 0011 P/N 01-P35807M002, UIB-100A: Power to UPA-50 and AM-1077MOT, 1 each; CLIN 0012 P/N AM-1077MOT, 30-90 MHz 50 Watt Power Amplifier with C992210 Power Cable, C992211 RF Input Cable and O&M Manual, 1 each; and CLIN 0013 P/N 30-P43987F001-05, UCA-101-05: Commercial Grade 10" Retransmit Cable, 1 each. The contract line item numbers and descriptions for the Second Ordering Period of 12 months are; CLIN 0101 P/N 01-P36744M001, URC-200 Transceiver: Transceiver and O&M Manual Only, 10 each; CLIN 0102 P/N 01-P34364E001, UPA-50: 50-Watt FM, 30 Watt AM Power Amplifier, Cable & Mounting Kit, 10 each; CLIN 0103 P/N 85-P35990M001, UVU-200: Antenna, Basestation, 10 each; CLIN 0104 P/N 01-P35807M001, UIB-100: 28 VDC input: Provides Unfiltered 28 VDC to Transceiver & Power Amplifier, 10 each; and CLIN 0105 P/N 50-P39208N001, PTMP-150: Hand Microphone, 20 each. The North American Industry Classification Systems (NAICS) code for this requirement is 334220 with a size standard or 750 employees. The proposal along with completed representations and certifications is due by 17 July 2001. Award is anticipated no later than 24 July 2001. Initial delivery order will consist of 14 each of CLINs 0001 through 0004 and 28 each of CLIN 0005 with delivery within 45 days of receipt of delivery order. Earlier, partial deliveries are acceptable. All deliverables shall be FOB Destination to Receiving Officer, NAWCAD, Bldg. 8115, Villa Road, St. Inigoes, MD 20684-0010. 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 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 items(s); etc. Offeror shall include a completed copy of the provisions at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS (MAY 2001) ALT I COMMERCIAL (OCT 2000) and DFAR 252.212-7000 OFFER REPRESENTATION AND CERTIFICATION COMMERCIAL ITEMS (NOV 1995) with its proposal. 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 leap 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 (MAY 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 or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (2) 52.219-8, Utilization of Small Business Concerns; (3) 5.219-9, Small Business Subcontracting Plan; (4) 52.222-19, Child Labor-Coorperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era; and (10) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. (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 adenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- ) 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. **End of Clause** DFAR 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; (2) 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; (3) 252.225-7007, Buy American Act-Trade Agreements Balance of Payments Program; (4) 252.225-7012, Preference for Certain Domestic Commodities; and (5) 252.225-7021, Trade Agreements. (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. The provision at 252.204-7004 Required Central Contractor Registration (MAR 2000) applies to this solicitation. The provisions at FAR 52.216-18, Ordering (orders may be issued from date of award through 24 months thereafter), 52.216-19, Ordering Limitations (minimum order is "one each of any CLIN" and maximum order is "the combined estimated total of all CLINs for any ordering period") and 52.216-22 Indefinite Quantity apply to this solicitation. THIS NOTICE IS 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 Agnes Birch, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 12 July 2001. All quotes received by 3:30 P.M. Eastern Time 12 July 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 contract Agnes Birch, Code 251223, Telephone number 301-862-8884 or via e-mail at Birchae@navair.navy.mil. If an offeror is not able to contact the Contract Specialist via e-mail, please fax correspondence/requests to the point of contact above at facsimile 301-862-8670 or telephone 301-862-8884. **END SYNOPSIS/SOLICTITATION NUMBER N00421-01-R-0285**
Record
Loren Data Corp. 20010706/58SOL008.HTM (W-184 SN50Q7S3)

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