|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259Department of the Navy, NAWCAD Contracts Competency Division, Villa
Road, Bldg. 8110, St. Inigoes, Maryland 20684-0010 58 -- PORTABLE UHF SATCOM ANTENNA SYSTEM SOL N00421-99-Q-1032 DUE
012599 POC Mary Jean Orwig 301-862-8112 E-MAIL:
ORWIGMJ@NAVAIR.NAVY.MIL, ORWIGMJ@NAVAIR.NAVY.MIL. This is a combined
synopsis/solicitation for 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.
This announcement constitutes the only solicitation; proposals are
being requested and a written solicitation will not be issued.
Solicitation Number N00421-99- Q-1032 is issued as a request for quote
(RFQ). The incorporated document and provisions and clauses are those
in effect through Federal Acquisition Circular 97-09 and Defense
Acquisition Circular 91-13. The Government intends to purchase on a
firm fixed-price basis and to solicit and negotiate the proposed
contract on a sole source basis with AIL Systems, Inc. for the part
numbers listed below, under the authority of FAR Part 6.302-1. AIL
Systems, Inc. is the only known company that can provide a SATCOM UHF
Antennas which satisfy, the government's minimum requirement for the
intended application. The contract line item numbers and description
are: **CLIN 0001 -- Part/Model number SE109-1, portable UHF SATCOM
antenna system, Qty 30 each. Award is expected to be 25 January 1999
with an expected delivery date of 25 February 1999, FOB Destination to
Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD
20684-0010; M/F: John Kuchta. Inspection and acceptance shall be made
at destination. 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
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 deliverable
listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS --
COMMERCIAL ITEMS (AUG 1998) 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 Government will
evaluate AIL Systems, Inc. proposal for fairness and reasonableness in
accordance with FAR Part 15 before making an award. Offeror shall
include a completed copy of the provision at FAR 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (OCT 1998) with
its proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL
ITEMS (APR 1998) is incorporated by reference and applies to this
acquisition The following addendum is added: YEAR 2000 COMPLIANCE (OCT
1998) (a) The Contractor shall ensure that all information technology,
which will be required to perform date/time processing involving dates
subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or
(2) if the Contracting Officer approves in writing, the identified
information technology will be upgraded to be Year 2000 compliant prior
to the earlier of: (I) the earliest date on which the information
technology may be required to perform date/time processing involving
dates later than December 31, 1999 or (ii) December 31, 1999; and (3)
Describe existing information that will be used with the information
technology to be acquired and identify whether the existing information
is Year 2000 compliant. (b) "Year 2000 compliant" means, with respect
to information technology, that the information technology accurately
processes date/time data (including but not limited to, calculating,
comparing and sequencing) from, into, and between the twentieth and
twenty-first centuries, and the years 1999 and 2000 and leap year
calculations, used in combination with the information technology being
acquired, properly exchanges date/time data with it. FAR 52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS -- COMMERCIAL ITEMS ([JAN 1999]*[OCT 1998]) applies to
this acquisition. (a) The Contractor agrees to comply withthe following
FAR clauses, which are incorporated in this solicitation by reference,
to implement provisions of law or Executive orders applicable to
acquisitions of commercial items: 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 solicitation by reference to implement provisions of law or
executive orders applicable to acquisitions of commercial items or
components. 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35,
Affirmative Action for Special Disabled Veterans and Veterans of the
Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action
for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212); 52.225-18, European Union Sanction for End Products
(E.O. 12849); (d) Comptroller General Examination of Record. The
Contractor agrees to 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)
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 addenda 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 Special Disabled and Vietnam Era
Veterans (38 U.S.C.4212); (3) 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for
Privately-Owned U.S.- Flagged Commercial Vessels (46 U.S.C.1241)(flow
down not required for subcontracts awarded beginning May 1, 1996).
(End of clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO
DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 1998) 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: 252.225-7001 Buy
American Act and Balance of Payment Program (41 U.S.C. 10a,-10d, E.O.
10582). 252.225-7036 Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments Program. The provision
at 252.204-7004 Required Central Contractor Registration (MAR 1998)
applies to this solicitation. This notice of intent is not a request
for competitive proposals. However, responsible interested parties may
submit a proposal in which they identify their interest and
capability. Offer is due to Mary Jean Orwig, Purchasing Agent, Naval
Air Warfare Center Aircraft Division, Building 8110, Unit 11, Villa
Rd., St. Inigoes, MD 20684-0010 by 2:30 P.M. Eastern Standard Time, 25
January 1999. All proposals received by 2:30P.M. Eastern Standard Time
25 January 1999 will be considered by the Government solely for the
purpose of determining whether to initiate a competitive procurement.
The Government reserves the right to process the procurement on a sole
source basis based upon the responses received. The Government will
not pay for any information received. Facsimile proposals shall be
accepted. For information regarding this solicitation or copies of FAR
provision 52.212-3 contact Mary Jean Orwig, Code 254114,
Tele#301-862-8112: If an offeror is not able to contact the Contracting
Office, please fax correspondence/requests to the point of contact
above @ facsimile (301-862-8342) or e-mail to OrwigMJ@navair.navy.mil.
**END SYNOPSIS/SOLICITATION #N00421-99-Q-1032.** Posted 01/07/99
(W-SN286089). (0007) Loren Data Corp. http://www.ld.com (SYN# 0248 19990111\58-0005.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|