SOLICITATION NOTICE
58 -- Pedestal/Antenna Upgrade
- Notice Date
- 8/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-04-R-0126
- Response Due
- 8/30/2004
- Archive Date
- 9/14/2004
- Point of Contact
- Patti Ashley, Contract Specialist, Phone 301-757-9718, Fax 301-757-0200, - Patti Ashley, Contract Specialist, Phone 301-757-9718, Fax 301-757-0200,
- E-Mail Address
-
Patricia.Ashley@navy.mil, Patricia.Ashley@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. A written solicitation will not be issued; however, a proposal is being requested from ViaSat. Solicitation Number N00421-04-R-0126 is issued as a request for proposal (RFP). The incorporated document, provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and Defense Federal Acquisition Regulations Supplement Change Notice 20040625. This action is not a set aside for small business. The North American Industrial Classification System (NAICS) code for this procurement is 334220. The Government intends to issue an Indefinite Delivery/Indefinite Quantity contract to ViaSat, Inc. and to solicit and negotiate the proposed contract on a non-competitive basis. In addition to having interoperability and interchangeability with existing systems, ViaSat is the only known firm that can meet the Government?s minimum requirements for a pedestal height of <70 inches, weight of <3000 lbs with a payload capacity of 10,000 lbs, and a controller with built in test equipment for servo loop testing and pedestal performance. This notice of intent is not a request for competitive quotations. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:00 p.m. Eastern Standard Time August 30, 2004 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. Technical acceptability will be determined solely on the contents and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offer to provide sufficient technical literature, documentation, etc, in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon responses. The Government will not pay for any information received. The contract is comprised of a base year and four option years to purchase the following items and estimated quantities: Base year - CLIN 0001 P/N 104166, 3106 Brake Assembly; 1 Est. Qty; CLIN 0002 P/N 115752, 3106 Torque Limiter, 1 Est. Qty; CLIN 0003 P/N 575263, 3106 Drive Motor MPM11405R-1121, 1 Est. Qty; CLIN 0004 P/N 575264, 3106 Power Amplifier MPA-06-254, 1 Est. Qty; CLIN 0005 P/N 1000656, 3414 EL/AZ Gear Box, 1 Est. Qty; CLIN 0006 P/N 1000704, 3414 Drive Motor, 1 Est. Qty; CLIN 0007 P/N 1003318, Signal Distribution PWD, 1 Est. Qty; CLIN 0008 P/N 10005854, Servo Controller 3881, 1 Est. Qty; CLIN 0009 P/N 1006502, 3880 Antenna Controller, 1 Est. Qty; CLIN 0010 P/N 1000730, 3414 Pulse Width Modulated Power Amplifier, 1 Est. Qty; CLIN 0011 P/N 1008516, 3880 Antenna Controller Upgrade, 2 Est. Qty; CLIN 0012 P/N 1014781, Pedestal/Controller upgrade 3414/3880, 1 Est. Qty; CLIN 0013 P/N 1022776, Azimuth resolver, 1 Est. Qty; CLIN 0014 P/N 1022778, Elevation resolver, 1 Est. Qty; CLIN 0015 P/N 1022794, 3106 Pedestal refurbishment w/3880 upgrade, 1 Est. Qty; Option I - CLIN 0101 P/N 104166, 3106 Brake Assembly; 2 Est. Qty; CLIN 0102 P/N 115752, 3106 Torque Limiter, 2 Est. Qty; CLIN 0103 P/N 575263, 3106 Drive Motor MPM11405R-1121, 1 Est. Qty; CLIN 0104 P/N 575264, 3106 Power Amplifier MPA-06-254, 1 Est. Qty; CLIN 0105 P/N 1000656, 3414 EL/AZ Gear Box, 1 Est. Qty; CLIN 0106 P/N 1000704, 3414 Drive Motor, 1 Est. Qty; CLIN 0107 P/N 1003318, Signal Distribution PWD, 1 Est. Qty; CLIN 0108 P/N 10005854, Servo Controller 3881, 1 Est. Qty; CLIN 0109 P/N 1006502, 3880 Antenna Controller, 1 Est. Qty; CLIN 0110 P/N 1000730, 3414 Pulse Width Modulated Power Amplifier, 1 Est. Qty; CLIN 0111 P/N 1008516, 3880 Antenna Controller Upgrade, 2 Est. Qty; CLIN 0112 P/N 1014781, Pedestal/Controller upgrade 3414/3880, 3 Est. Qty; CLIN 0113 P/N 1022776, Azimuth resolver, 1 Est. Qty; CLIN 0114 P/N 1022778, Elevation resolver, 1 Est. Qty; CLIN 0115 P/N 1022794, 3106 Pedestal refurbishment w/3880 upgrade, 1 Est. Qty; Option II - CLIN 0201 P/N 104166, 3106 Brake Assembly; 2 Est. Qty; CLIN 0202 P/N 115752, 3106 Torque Limiter, 2 Est. Qty; CLIN 0203 P/N 575263, 3106 Drive Motor MPM11405R-1121, 1 Est. Qty; CLIN 0204 P/N 575264, 3106 Power Amplifier MPA-06-254, 1 Est. Qty; CLIN 0205 P/N 1000656, 3414 EL/AZ Gear Box, 1 Est. Qty; CLIN 0206 P/N 1000704, 3414 Drive Motor, 1 Est. Qty; CLIN 0207 P/N 1003318, Signal Distribution PWD, 1 Est. Qty; CLIN 0208 P/N 10005854, Servo Controller 3881, 1 Est. Qty; CLIN 0209 P/N 1006502, 3880 Antenna Controller, 1 Est. Qty; CLIN 0210 P/N 1000730, 3414 Pulse Width Modulated Power Amplifier, 1 Est. Qty; CLIN 0211 P/N 1008516, 3880 Antenna Controller Upgrade, 2 Est. Qty; CLIN 0212 P/N 1014781, Pedestal/Controller upgrade 3414/3880, 1 Est. Qty; CLIN 0213 P/N 1022776, Azimuth resolver, 1 Est. Qty; CLIN 0214 P/N 1022778, Elevation resolver, 1 Est. Qty; CLIN 0215 P/N 1022794, 3106 Pedestal refurbishment w/3880 upgrade, 1 Est. Qty; Option III - CLIN 0301 P/N 104166, 3106 Brake Assembly; 2 Est. Qty; CLIN 0302 P/N 115752, 3106 Torque Limiter, 2 Est. Qty; CLIN 0303 P/N 575263, 3106 Drive Motor MPM11405R-1121, 1 Est. Qty; CLIN 0304 P/N 575264, 3106 Power Amplifier MPA-06-254, 1 Est. Qty; CLIN 0305 P/N 1000656, 3414 EL/AZ Gear Box, 1 Est. Qty; CLIN 0306 P/N 1000704, 3414 Drive Motor, 1 Est. Qty; CLIN 0307 P/N 1003318, Signal Distribution PWD, 1 Est. Qty; CLIN 0308 P/N 10005854, Servo Controller 3881, 1 Est. Qty; CLIN 0309 P/N 1006502, 3880 Antenna Controller, 1 Est. Qty; CLIN 0310 P/N 1000730, 3414 Pulse Width Modulated Power Amplifier, 1 Est. Qty; CLIN 0311 P/N 1008516, 3880 Antenna Controller Upgrade, 1 Est. Qty; CLIN 0312 P/N 1014781, Pedestal/Controller upgrade 3414/3880, 1 Est. Qty; CLIN 0313 P/N 1022776, Azimuth resolver, 1 Est. Qty; CLIN 0314 P/N 1022778, Elevation resolver, 1 Est. Qty; CLIN 0315 P/N 1022794, 3106 Pedestal refurbishment w/3880 upgrade, 1 Est. Qty; and Option IV - CLIN 0401 P/N 104166, 3106 Brake Assembly; 1 Est. Qty; CLIN 0402 P/N 115752, 3106 Torque Limiter, 1 Est. Qty; CLIN 0403 P/N 575263, 3106 Drive Motor MPM11405R-1121, 1 Est. Qty; CLIN 0404 P/N 575264, 3106 Power Amplifier MPA-06-254, 1 Est. Qty; CLIN 0405 P/N 1000656, 3414 EL/AZ Gear Box, 1 Est. Qty; CLIN 0406 P/N 1000704, 3414 Drive Motor, 1 Est. Qty; CLIN 0407 P/N 1003318, Signal Distribution PWD, 1 Est. Qty; CLIN 0408 P/N 10005854, Servo Controller 3881, 1 Est. Qty; CLIN 0409 P/N 1006502, 3880 Antenna Controller, 1 Est. Qty; CLIN 0410 P/N 1000730, 3414 Pulse Width Modulated Power Amplifier, 1 Est. Qty; CLIN 0411 P/N 1008516, 3880 Antenna Controller Upgrade, 1 Est. Qty; CLIN 0412 P/N 1014781, Pedestal/Controller upgrade 3414/3880, 1 Est. Qty; CLIN 0413 P/N 1022776, Azimuth resolver, 1 Est. Qty; CLIN 0414 P/N 1022778, Elevation resolver, 1 Est. Qty; CLIN 0415 P/N 1022794, 3106 Pedestal refurbishment w/3880 upgrade, 1 Est. Qty; under the authority of FAR Part 6.302-1. Delivery is FOB Destination to Patuxent River Naval Air Station, Maryland 20670. Award is expected 24 September 2004, with delivery due 6-months after date of order. Facsimile responses are acceptable. For information contact Ms. Patti Ashley, Code 2.5.1.7.4.8, Telephone (301) 757-9718, FAX (301) 757-0200 or via e-mail: patricia.ashley@navy.mil. 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 (JAN 2004) and FAR 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (NOV 1995) are incorporated by reference and apply to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will evaluate the selected quotation for fairness and reasonableness in accordance with FAR Part 13 before making an award. The offeror shall provide back-up information that verifies the price offered. 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 (MAY 2004) with its quotation. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2004) applies to this acquisition. For paragraph (a) the following applies: (1) 52.233-3, Protest after Award (31 U.S.C 3553). For paragraph (b) the following apply: (1) 52.222-3, Convict Labor (E.O. 11755). (2) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)). (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (5) 52.222-26, Equal Opportunity (E.O. 11246). (6) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (7) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (8) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (10); and (11) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). For paragraph (c) the following applies: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2004)(DEVIATION) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2004) is incorporated by reference. The following apply: (1) 252.225-7002, Qualifying Country Sources As Subcontractors; (2) 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (Alt 1); (3) 252.227-7015 Technical Data?Commercial Items (10 U.S.C. 2320); (4) 252.227-7037 Validation of Restrictive Markings on Technical Data (10 U.S.C. 2321); (5) 252.204-7004 Required Central Contractor Registration. Offer is due to Ms. Patti Ashley, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 588, Suite 2, 47253 Whalen Rd, Patuxent River, MD 20670-1463 by 3:30 P.M. Eastern Standard Time, 30 August 2004. Questions regarding this notice should be emailed to patricia.ashley@navy.mil. If an offeror is not able to contact the Contracting Office via e-mail, please fax questions to the point of contact above @ facsimile (301-757-0200). **END SYNOPSIS/SOLICITATION #N00421-04-R-0126*
- Place of Performance
- Address: Atlantic Test Ranges, NAS Patuxent River, Maryland
- Zip Code: 20670
- Country: United States
- Zip Code: 20670
- Record
- SN00643840-W 20040815/040813212825 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |