SOLICITATION NOTICE
58 -- Iridium Satellite Data Modems
- Notice Date
- 9/14/2004
- 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
- Reference-Number-N00421-0010110174
- Response Due
- 9/24/2004
- Archive Date
- 10/9/2004
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation announcement issued as a Request for Quotations (RFQ) prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12.603 and 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; an RFQ proposal is being requested. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 24 (as of 19 July 2004). This solicitation is a set-aside for small business. The requirement is issued under full and open competition. Award is anticipated on or before 28 September 2004. The appropriate NAICS Code is 334220, with a size standard of 750 employees. Proposals are due no later than 3:00 p.m. (EDT) on 24 September 2004 to NAVAIR/AD Contracts Department (AIR 2.5.1), Building 588, Suite 2, Code 251748 (Patti Ashley), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670 1463. The quote shall reference solicitation N00421-0010110174. REQUIREMENT: The Government intends to award a competitive contract to purchase CLIN 0001 Quantity 20 ea, P/N A3LA-IGS, Stand-Alone Modem with GPS; CLIN 0002 Quantity 20 ea, P/N SYN-AD-LBT, Audio Breakout Box; CLIN 0003 Quantity 20 ea, P/N SCN4052A, Audio Handset; CLIN 0004 Quantity 20 ea, P/N LA-2098, AC Adapter for A3LA; CLIN 0005 Quantity 20 ea, P/N LA-7021, Lighter Adapter for A3LA; CLIN 0006 Quantity 20 ea, P/N SYN-LI-416AH, Battery Pack; CLIN 0007 Quantity 20 ea, P/N SYN-16AH, Hi-Capacity Li-Ion Battery; CLIN 0008 Quantity 20 ea, P/N SYN-FR-416AH, Fast AC Battery Charger; CLIN 0009 Quantity 20 ea, P/N SAF4070-IG, Dual Iridium/GPS Antenna; CLIN 0010 Quantity 20 ea, P/N SAF5270-G, Active GPS Antenna; CLIN 0011 Quantity 30 ea, P/N SAF 5340-A, Mobile Magnetic Mount Antenna; CLIN 0012 Quantity 10 ea, P/N SYN7391-A, Portable Magnetic Mount Antenna; CLIN 0013 Quantity 10 ea, P/N SAF5350-A, Mast Mount Antenna; CLIN 0014 Quantity 1 ea, P/N SYN7391-B, Portable Mount Antenna (TNC); CLIN 0015 Quantity 2 ea, P/N SAF6040-A, Airborne Blade Antenna; CLIN 0016 Quantity 22 ea, P/N 9522LBT, Upgrade to A3LA-IGS; under the authority of FAR Part 6.302-1. The required delivery date is two (2) weeks following receipt of the purchase order, based on the projected award date of 28 September 2004. GENERAL INFORMATION FOR THE PROPOSALS: The quote shall address all requirements. The requirement is proposed as a FIRM FIXED PRICE contract and shall be quoted on an ALL OR NONE basis. The quote shall contain ? as a minimum ? the following information: (1) the name, telephone number, address, point of contact, email address and contract number (if any, or other identifying information) of at least three current references (within the past 12 months) that can be contacted for past performance information on the submitter?s proposed product and ability to meet the required delivery date; (2) information to verify the price offered (e.g., a copy of a current catalog or established price list; or three invoices for the same or similar products/services, etc.); (3) product literature or brochures or other description to determine the offered product meets the Government?s minimum requirements; and (4) the completed Representations and Certifications required by FAR 52.212 3 and DFARS 252.212 7000. These representations and certifications are provided on the NAVAIRSYCOM Home Page for solicitations at http://www.navair.navy.mil/doing_business/open_solicitations/ Any changes to this RFQ will be sent electronically to the FEDBIZOPS as amendments. DELIVERY: The required delivery date is two (2) weeks following receipt of the purchase order. APPLICABLE CLAUSES: This RFQ may incorporate one or more clauses or provisions by reference, with the same force and effect as if they were provided in full text. The full text of referenced provisions and/or clauses may be accessed electronically at the following cites, among others: http://www.arnet.gov/far/ OR http://farsite.hill.af.mil/. The following provisions and/or clauses are incorporated and apply to this RFQ: FAR 52.212-3, ?Offeror Representations and Certifications ? Commercial Items (MAY 2004)? is incorporated by reference. The full text of this clause is posted on the NAVAIRSYSCOM Home Page for solicitations, as shown above. Offerors shall submit a completed copy of the representations and certifications at FAR 52.212 3 with their proposal. FAR 52.212-4, ?Contract Terms and Conditions ? Commercial Items (OCT 2003),? is incorporated by reference. The following clauses are incorporated by reference as an addendum to FAR 52.212 4: FAR 52.204-7 ? ?Central Contractor Registration (OCT 2003)? with DFARS 252.204-7004 - ?Alternate A (NOV 2003)? (?Required Central Contractor Registration?) FAR 52.247-34 ? ?F.O.B. Destination (NOV 1991)? FAR 52.212-5, ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JUN 2004)? is incorporated in full text, as follows: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that 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: [Contracting Officer check as appropriate.] NOTE: For space limitation purposes, this clause has been modified to identify only the applicable clauses for this requirement. _X_ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that 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: [Contracting Officer check as appropriate.] NOTE: For space limitation purposes, this clause has been modified to identify only the applicable clauses for this requirement. NONE APPLICABLE. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) DFARS 252.212-7000, ?Offeror Representations and Certifications ? Commercial Items (NOV 1995),? is incorporated by reference. The full text of this clause is posted on the NAVAIRSYSCOM Home Page for solicitations, as shown above. Offerors shall submit a completed copy of the representations and certifications at DFARS 252.212 7000 with their proposal. 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 in full text, as follows: 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2004) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _____ 52.203-3 Gratuities (APR 1984) (10 U.S.C. 2207) (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. NOTE: For space limitation purposes, this clause has been modified to identify only the applicable clauses for this requirement: __X___ 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582). __X___ 252.225-7021 Trade Agreements (JUN 2004) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). __X___ 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (JAN 2004) (___ Alternate I) (JAN 2004) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, 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 (APR 2003) (10 U.S.C. 2533a). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) QUESTIONS: Questions regarding this commercial RFQ may be emailed or telecopied to Ms. Patti Ashley, Contract Specialist, at E-MAIL patricia.ashley@navy.mil OR FAX (301) 757-0200 no later than 24 September 2004. NO QUESTONS SUBMITTED BY TELEPHONE WILL BE ACCEPTED OR RESPONDED TO. All responses will be posted to the FEDBIZOPS. CENTRAL CONTRACTOR REGISTRATION (CCR): To be eligible for contract award or payment by any DOD activity, offerors must be registered in the CCR database?NO EXCEPTIONS. Information on registering and annual certification requirements may be obtained by accessing the CCR database at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. RESPONSE DEADLINE: Proposals are due no later than 3:00 p.m. (EDT) on 24 September 2004 to NAVAIR/AD Contracts (AIR 2.5.1), Building 588, Suite 2, Code 251711 48 (Patti Ashley), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670 1463. Quotes shall reference solicitation N00421-0010110174.
- Place of Performance
- Address: Patuxent River/Maryland
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN00673245-W 20040916/040914212859 (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 |