Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2005 FBO #1459
SPECIAL NOTICE

99 -- A & J EQUIPMENT RACKS AND PANELS

Notice Date
11/22/2005
 
Notice Type
Special Notice
 
NAICS
337127 — Institutional Furniture 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-0010155780
 
Response Due
12/12/2005
 
Archive Date
1/4/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-05 and DCN20050901. The applicable NAICS is 337127 with a small business size standard of 500 employees. The Government intends to solicit and negotiate with A & J MANUFACTURING COMPANY; 14831 FRANKLIN AVE; TUSTIN, CA 92780-7006 The following items being procured are: CLIN 0001 A&J MEDIUM DUTY EQUIPMENT RACK QTY 8; CLIN 0002 A& J SIDE PANEL .09?????? THICK QTY 6; CLIN 0003 A& J SLIDING SHELF QTY 2: CLIN 0004 A& J FIXED SHELF QTY 14; 0005 A&J MOUNTING ANGLE QTY 30; CLIN 0006 A&J STORAGE DRAWER QTY 3; CLIN 0007 A&J CABLE RETRACTOR QTY 58; CLIN 0008 A& J JOINING STRIP QTY 14. A&J MANUFACTURING COMPANY is the sole manufacturer and distributor of the required rack shelves, slides, and additional parts. A& J supplied the current rack shelter, which is currently being used in the Battle Control System- Mobile (BCS-M) program. These racks, while Commercial Off the Shelf (COTS) items, use fastening methods not available in the products of other shelf manufacturers. Additionally, this firm provides T-Slot design which allows for Infinite Vertical Equipment Positioning (IVEP) and can be converted to an Electromagnetic Interface and Radio Frequency Interference (EMI / RFI) Enclosure in the field. By using A & J parts the end user can minimize risks that other third-party vendors equipment may not fit or fasten correctly in the A&J racks. This sole source synopsis is not a request for competitive proposals. However, responsible interested parties may submit a proposal in which they identify their interest and business size. Proposal along with completed representations and certifications is due to Pat Riley, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, Maryland 20684-0010 by 2:30 P.M. Eastern Standard Time, 12 December 2005. The Government will not pay for any information received. Facsimile proposals shall be accepted. The Government reserves the right to process the procurement on a sole source basis for the brand name equipment based upon the responses received. The Government will not pay for any information received. The contractor shall deliver all items to: Receiving Officer, NAWCAD; Bldg. 8115, Villa Rd.; St. Inigoes, MD 20684-0010. INSPECTION AND ACCEPTANCE SHALL BE AT DESTINATION. The anticipated delivery date is 4 Weeks ADO. This contract is expected to be awarded on 20 December 2005. 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 Governments 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 references and applies to this acquisition. The Government intends to award this contract to A & J Manufacturing Company. Therefore, the provision at 52.212-2 Evaluation - Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate Quotations to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, invoice for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certification - Commercial Items (Jan 2005), and a completed copy of DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (Jun 2005) with its quotation. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2005) is incorporated by reference. However, for paragraph (b) only the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (October 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 673(d)(2) and (3)); 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2004); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply: 52.203-3 Gratuities; 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004); 252.225-7014 Preference for Domestic Specialty Metals (Apr 2003); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). The DFARS clause at 252.204.7004 Required Central Contractor Registration Alternate A (Nov 2003), and the FAR clause at 52.204-7 Central Contractor Registration (Oct 2003) are incorporated by reference. FAR clause 52.252-2 Clauses Incorporated by Reference (Feb 1998) is included. Proposals are due to Pat Riley, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa Road, St. Inigoes, Maryland 20684-0010 by 2:30 PM Eastern Standard Time, 12 December 2005. All proposals shall be submitted via email to patrick.k.riley@navy.mil. All responsible sources may submit a quotation that shall be considered by the agency. For information regarding this solicitation contact Pat Riley , phone: (301) 995-6262, fax: (301) 995-8670, or email: patrick.k.riley@navy.mil.
 
Place of Performance
Address: N/A
 
Record
SN00936453-W 20051124/051122212309 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.