SOLICITATION NOTICE
58 -- RAPID ACCESS VIDEO SERVERS
- Notice Date
- 11/9/2005
- 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
- N00421-06-T-0025
- Response Due
- 11/16/2005
- Archive Date
- 12/1/2005
- Description
- Solicitation Number N00421-06-T-0025 is hereby released as a combined synopsis/solicitation for the procurement of 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. Simplified procedures as described in FAR 12.3 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-06, effective 30 September 2005, and Defense Federal Acquisition Regulations Supplement Change Notice 20051011. The Naval Air Warfare Center-Aircraft Division (NAWCAD), Special Communications Requirements Division, St. Inigoes, MD, intends to award a Sole Source, Firm-Fixed Price Contract for commercial items to Vela Research, 5733 Myerlake Circle, Clearwater, FL 33760-2804, for the procurement of Rapid Access Video Servers in support of the United States Special Operations Command (USSOCOM), Psychological Operations Broadcast System (POBS) Product Distribution System (PDS) Flyaway Program. Vela Research is the sole manufacturer of the required equipment and is capable of providing products that are identical to other components and subsystems contained in the architecture to meet design specifications and prevent severed video links between POBS and fielded PDS flyaway units. Any deviation in the form, fit and function of previously acquired products will jeopardize critical compatibility requirements and compromise the integrity of the system. This equipment will provide the user with the ability to interface with the system, to expedite the conversion of internet-bound content, and to streamline the capabilities for exchanging digital media files between other POBS. Other characteristics of the required Video Servers are: (1) Must be ruggedized to handle harsh conditions in the field; (2) Must fit in a three (3) Rack Unit (3RU) height space; (3) Must have capability to record broadcast quality MPEG-2 files in real-time, store them onto the RAID, and provide real-time playback; and (4) Hard Drives must be removable with a locking-key. The Contract Line Item Numbers (CLINs) and Descriptions for this procurement are: ** CLIN 0001 - P/N: 65600-10 Rapid Access Video Servers (Qty. - 2 Units Ea.); CLIN 0002 - P/N: 94632-0003 Backup Programmed Hard Drive (Qty. - 2 Units Ea.); CLIN 0003 - P/N: 96000-0720 External Raid Device (SCSI) (Qty. - 2 Units Ea.) ** The North American Industry Classification Systems (NAICS) code for this requirement is 334220, ?Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing? with a size standard of 750 employees. This synopsis is for informational purposes only. Award is anticipated by 17 November 2005. Contract is to be FOB Destination to Receiving Officer, NAWCAD, Building 8115, Villa Road, St. Inigoes, MD 20684-0010, and shall be Marked For (M/F) as specified. Inspection and acceptance shall be made at destination. Parties may identify interest and capability to respond to the requirement by contacting Rosa Harding via e-mail at the address cited below. This procurement is being contracted on the basis of ?other than full and open competition? pursuant to the authority of FAR 6.302-1 (only one responsible source and no other goods or services will satisfy agency requirements). The Government shall have 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 (JAN 2005) 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 North American Industry Classification Systems (NAICS) code for this requirement is 334220, ?Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing? with a size standard of 750 employees. The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforms to the solicitation and is considered to be most advantageous to the Government. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ?COMMERCIAL ITEMS (MAR 2005), is incorporated by reference and applies to this acquisition. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003), is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999). FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2005) 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) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (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 Special Disabled Veterans and Veterans of the Vietnam Era Veterans (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 Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (10) 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 addendum 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). DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2005), 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) 252.225-7007, Buy American Act?Trade Agreements--Balance of Payment Program (41 U.S.C. 10a, -10d, 19 U.S.C. 2501-2518, and 19 U.S.C 3301 note), (2) 252.225-7012 Preference for Certain Domestic Commodities, and (3) 252.247-7023 Transportation of Supplies by Sea (Alternate I) (10 U.S.C. 2631). (b) 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 (NOV 2003) applies to this solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Information is due to Rosa Harding, Contract Specialist, Code 2.5.1.2.3.1, Naval Air Warfare Center-Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, by 3:30 P.M. EST, 16 November 2005. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received. A determination by the Government not to compete this procurement action based upon responses to this notice is solely within the discretion of the Government. For information regarding this proposed procurement action, contact Rosa Harding, Code 2.5.1.2.3.1, Telephone 301-995-6037 or via e-mail rosa.harding@navy.mil. If an offeror is not able to reach the point-of-contact (POC) referenced above, please fax correspondence/ requests to the Contracting Office care of the POC @ facsimile 301-995-8670.
- Place of Performance
- Address: NAVAL AIR WARFARE CENTER-AIRCRAFT DIVISION, BUILDING 8110, VILLA ROAD, UNIT 11, ST. INIGOES, MD
- Zip Code: 20684-0010
- Country: USA
- Zip Code: 20684-0010
- Record
- SN00929656-W 20051111/051109212303 (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 |