SOLICITATION NOTICE
66 -- Fixed Attenuators
- Notice Date
- 5/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-R-0185
- Archive Date
- 6/19/2012
- Point of Contact
- Sesky A Paul, Phone: 732-323-2705
- E-Mail Address
-
sesky.paul@navy.mil
(sesky.paul@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- (i) 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. (ii) The solicitation number N68335-12-R-0185 is issued as a limited source acquisition for Calibration Standards. The solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-52. (iv) This solicitation and requirement will be procured on a limited competition basis between the Original Equipment Manufacturer (OEM) Aeroflex/Weinschel Corp. and authorized distributor Testmart/Technical Communities, Inc. (v) Contract Line Item Numbers (CLINs) are as follows: CLIN 0001: 44-10 Fixed Attenuator, Qty 3 Each CLIN 0002: 44-20 Fixed Attenuator, Qty 2 Each CLIN 0003: AF119A-99-43 Step Attenuator, Qty 45 Each CLIN 0004: M1404N Termination, Qty 61 Each CLIN 0005: F1404N Termination, Qty 50 Each (vi) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (vii) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the lowest priced, responsive, responsible offeror conforming to the RFQ. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212.7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (ix) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (x) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, and 52.225-13, Restrictions of Certain Foreign Purchases. In addition to the above, the following FAR and DFARS clauses apply to this acquisition: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. 252.211-7003, Item Valuation and Identification. (xi) Additional requirements. Warranty: The offeror's commercial warranty of at least one year shall apply. Calibration stickers and serial numbers shall be affixed to each unit, plus a warranty certificate. Inspection and Acceptance is at Destination. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB Destination to MCAS Beaufort, SC (Full address to be provided at time of award). Delivery shall be 120 days after date of contract award. (xii) Quotes are due not later than 4:00 PM EST, Tuesday 21 May 2012, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25221SP, Sesky A. Paul, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082, or Email: sesky.paul@navy.mil. (xiii) Questions regarding this combined synopsis/solicitation can be directed to Mr. Sesky A. Paul, 732-323-2705, e-mail: sesky.paul@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0185/listing.html)
- Place of Performance
- Address: Naval Air Warfare Center,Aircraft Division, Highway 547, Lakehurst, New Jersey, 08753, United States
- Zip Code: 08753
- Zip Code: 08753
- Record
- SN02739923-W 20120506/120504235618-b81b0f430d3a145eea913a5ba4b80b26 (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 |