Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

59 -- Modified 48 X 64 RGB Switchboards - Sole Source Procurement

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339407T0056
 
Response Due
6/20/2007
 
Archive Date
6/20/2007
 
Description
This is a combined synopsis/solicitation for a SOLE SOURCE procurement of a modified commercial item prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and using the simplified acquisition procedures in FAR Part 13.5. This announcement constitutes the only solicitation/RFQ. A written solicitation/RFQ will not be issued. The Government intends to solicit only one quote as a sole source procurement under authority of FAR 6.302. This notice of intent is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to the requirement or submit a quote. All potential offerors are made aware that this item must integrate with the Aegis Display System (ADS) via proprietary software developed by Lockheed Martin. All quotes received before the closing date of this combined synopsis/solicitation will be considered by the Government. This agency has a requirement to procure five (5) modified 48 X 64 RGB switchboards in accordance with applicable specifications, as follows: CLIN 0001 THROUGH CLIN 0005 (QTY ? 1 EA) Description: Total of five (5) Modified 48 X 64 RGB Switchboards, each item consisting of the following: The modified 48 x 64 RGB Switchboard is a video matrix switch used to distribute various video sources for ships force overall security and situational awareness. It is part of the Integrated Video Data Distribution System (IVDDS) that is being produced by Port Hueneme Detachment in support of Baselines 7P1, 7P1R and Cruiser Modernization. This hardware item contains proprietary software developed by Lockheed Martin that conforms to the required specifications of existing equipment with which it must integrate. As such, it is a modified commercially available item. The 48 x 64 RGB Switchboard integrates with the Aegis Display System (ADS) via the proprietary software developed by Lockheed Martin. This item conforms to the required specifications cited herein: system must include the Control Unit and the Switch Unit and not o ccupy more the 14U in a Standard 19? Equipment Rack; system must meet shock tests per MIL-S-901D, Grade B, Class I, Type A, vibration tests per MIL-STD-167-1, Type I (5-25Hz), and EMI test per MIL-STD-461E. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15. The provisions at FAR 52.212 1, Instructions to Offerors, Commercial Items applies to this acquisition. Offerors should pay particular attention to this clause. Evaluation criteria for selection of the best value contractor are (in order of importance): (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. Technical descriptions addressing technical capability of the item offered to meet the Government requirement will be evaluated as Technically Acceptable or Technically Unacceptable. Technical descriptions evaluated as Technically Unacceptable will not be considered for award. Offeror must include a complete copy of the provision at 52.212 3, Offeror Representations and Certifications ? Commercial Items, with his/her offer, and also at DFARS 252.212 7000, Offeror Repre sentations and Certifications ? Commercial Items. The clause at FAR 52.212 4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The clause at FAR 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses cited within FAR clause 52.212 5 are applicable to this acquisition, and are hereby included By Reference: 52.203 6, 52.217-5, 52.217-7, 52.219 4, 52.219 8, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.225 3, 52.225 13, 52.225 15, and 52.232 33. The clause at DFARS 252.212 7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional clauses cited within DFARS clause 252.212 7001 are applicable to this acquisition, and are hereby included By Reference: 252.205 7000, 252.225 7001, 2 52.225 7012, 252.243 7002, and 252.247 7023. DFAR 252.204 7004, Requi red Central Contractor Registration, applies to this solicitation, therefore FAR clause 52.212 3 paragraph (b)(2), relating to TIN number, does not apply to this solicitation. DFAR 252.225 7000, Buy American Act ? Balance of Payments Program Certificate, applies to this solicitation. DFAR 252.225 7017, Prohibition on Award to Companies Owned by the People?s Republic of China, applies to this solicitation. The Defense Priorities and Allocations System (DPAS) rating for this order is D0 A1. Delivery of CLIN 0001 through CLIN 0005 shall be 8 months after award of contract. There is an anticipated contract award date of 29 June 2007. Delivery for all units will be FOB Destination at NSWC-PHD, Code A43, 4363 Missile Way, Port Hueneme, CA 93043-4307, with all charges for shipping and transportation pre-paid, in accordance with the clause FAR 52.247 34 titled FOB DESTINATION (NOV 1991). Any questions resulting from this synopsis/solicitation must be received no later than si x (6) days prior to the closing date. The NAICS code for this procurement is 335313 and the size standard is 750 employees. All responsible sources may submit a quote, which shall be considered by the agency. Proposals (original and one copy) are due 20 June 2007, by 1600 at the Port Hueneme Acquisition Division, which is located in Bldg. 1215 at NSWC-PHD, Code 111.1, 4363 Missile Way, Port Hueneme, CA 93043-4307. Quotes may be FAXed to (805) 228-6298, marked attention Thomas Winans, or emailed to: thomas.winans@navy.mil In order to hand deliver offers, carriers must check in at the Pass and Identification Office located at CBC Port Hueneme Base, Port Hueneme, CA, Building 1183 (adjacent to the Sunkist Gate on Ventura Road) phone number 805-982-5003. Offerors are cautioned to leave enough time to be processed by the Pass and Identification Office. A valid driver?s license and evidence of vehicle registration and insurance will be required at Bldg. 1183. Failure to obtain access to the issuing office shall not be justification for consideration of a late proposal by the Government. CAUTION TO OFFERORS: NO CONTRACT WILL BE AWARDED UNDER THIS SOLICITATION AT GREATER THAN REASONABLE PRICES. See Numbered Note 22.
 
Record
SN01306741-W 20070602/070531221452 (fbodaily.com)
 
Source
FedBizOpps 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.