|
COMMERCE BUSINESS DAILY ISSUE OF JULY 12,1999 PSA#2385Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 59 -- RF SWITCH SOL N00164-99-Q-0216 DUE 071999 POC Ms. Patty Cox,
Code 1163W6, telephone 812-854-3229; Mr. Kelly Siffin, Contracting
Officer WEB: click here to download copy of RFQ,
http://www.crane.navy.mil. E-MAIL: click here to contact via e-mail,
cox_p@crane.navy.mil. 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.
Solicitation number N00164-99-Q-0216 applies and is issued as a request
for quote (RFQ). This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-10 and Defense Acquisition Circular 91-13. The standard industrial
code is 3679 and the business size standard is 500 employees or less.
This requirement is for a firm fixed price contract for as follows.
Line item 0001: Description: RF Microwave Switch, L-3 Communication
Corporation, Narda Microwave PN S213D-04, or Lockheed Martin
Corporation, Lockheed Martin Management and Data Systems PN SC1012 or
Alternate PN 47A530117P4. All part numbers are in accordance with
National Stock Number 5985-01-263-9565. This RF Switch is a form, fit
and function item. All vendors responding to this solicitation must be
prepared to provide Certification of Compliance to MIL-STD-202F,
Temperature (operating and non-operating), Over Temperature
(operating), Altitude, Sinusoidal Vibration and Random Vibration per
MIL-STD-810E, and Impact Shock per MIL-S-901D. Partial Shipments are
required. Total Quantity is 145 each. QTY 40 each shall be delivered by
30 JUL 99, with the remaining balance of QTY 105 each to be delivered
no later than 30 AUG 99. F.O.B. Destination, with inspection and
acceptance at NAVSURFWARCENDIV CRANE IN. All responsible sources may
submit an offer, which will be considered by the Agency. A fixed price
purchase order will be awarded based on Simplified Acquisition
Procedures (SAP). In SAP, this procurement is not reserved for Small
Business concerns. Award will be made based on all or none. The
following provisions apply to this acquisition: 52.203-3 Gratuities,
52.212-1 Instructions to Offerors -- Commercial Items; 52.212-4
Contract Terms & Conditions -- Commercial Items; 52.212-5 Contract
Terms & Conditions Required to Implement Statutes or Executive Orders
-- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After
Award; 52.203-6 Restrictions on Subcontractor Sales to the Government,
with Alternate 1; 52.219-8 Utilization of Small Business Concerns and
Small disadvantaged Business Concerns; 52.219-14 Limitations on
Subcontracting; 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36 Affirmative Action for Handicapped Workers; 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era; 52.225-3 Buy American Act -- Supplies; 52.225-9 Buy
American Act -- Trade Agreements Act -- Balance of Payments Program;
52.225-18 European Union Sanctions for End Products; 52.225-19 European
Union Sanctions for Services; 52.225-21 Buy American Act --
NorthAmerican Free Trade Agreement Implementation Act -- Balance of
Payments Program, DFARS 252.212-7001 Contract Terms & Conditions
Required to Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (APR 1998), 252.225-7012 Preference
for Certain Domestic Commodities, 252.227-7015 Technical Data
Commercial Items apply to this acquisition. The contractor shall extend
to the Government the full coverage of commercial sale, provided such
warranty is available at no additional cost to the Government. Offerors
responding to this announcement must provide the information contained
in 52.212-1, Instruction to Offerors -- Commercial Items and must
include a completed copy of provision 52.212-3, Offeror Representations
and Certifications Commercial Items. The offeror should also provide
its Commercial and Government Entity (CAGE) code, Contractor
Establishment Code (DUNS number) and Tax Identification Number. SPECIAL
NOTICE: The Director, Defense Procurement have revised DFARS to require
contractors to be registered in the Central Contractor Registration
(CCR) as a condition for receipt of contract award effective 01 Jun
1998. Offerors may obtain information on registration and annual
confirmation requirements by calling 1-888-227-2423, or via the
Internet @ http://ccr.edi.disa.mil. For further details regarding the
requirements of CCR, offerors are advised to review the requirements of
DFAR 252.204-7004 contained herein. 252.204.7004 Required Central
Contractor Registration. [As prescribed in 204.703], used the following
clause: Required Central Contractor Registration (MAR 98) (a)
Definitions. As used in this clause (1) Central Contractor Registration
(CCR database means the primary DOD repository for contractor
information required to the conduct of business with DOD. (2) Data
Universal Numbering System (DUNS) number means the 9-digit number
assigned by Dun and Bradstreet Information Services to identify unique
business entities. (3) Data Universal Numbering System + 4 (DUNS+4)
number means the DUNS number assigned by Dun and Bradstreet plus a
4-digit suffix that may be assigned by a parent (controlling) business
concern. This 4-digit suffix may be assigned at the discretion of the
parent business concern for such purposes as identifying sub-units or
affiliates of the parent business concern. (4) Registered in the CCR
database means that all mandatory information, including the DUNS
number or the DUNS+4 number, if applicable, and the corresponding
Commercial and Government Entity (CAGE) code, is in the CCR database;
the DUNS number and the CAGE code have been validated; and all edits
have been successfully completed. (b) (1) By submission of an offer,
the offeror acknowledges the requirement that a prospective awardee
must be registered in the CCR database prior to award, during
performance, and through final payment of any contract resulting from
this solicitation, except for awards to foreign vendors for work to be
performed outside the United States. (2) The offeror shall provide its
DUNS or, if applicable, it DUNS+4 number with its offer, which will be
used by the Contracting Officer to verify that the offeror is
registered in the CCR database. (3) Lack of registration in the CCR
database will make an offeror ineligible for award. (4) DOD has
established a goal of registering an applicant in the CCR database
within 48 hours after receipt of a complete and accurate application
via Internet. However, registration of an applicant submitting an
application through a method other than the Internet may take up to 30
days. Therefore, offerors that are not registered should consider
applying for registration immediately upon receipt of this
solicitation. (c) The Contractor is responsible for the accuracy and
completeness of the data within the CCR, and for any liability
resulting from the Government's reliance on inaccurate or incomplete
data. To remain registered in the CCR database after the initial
registration, the Contractor is required to confirm on an annual basis
that its information in the CCR database is accurate and complete. (d)
Offerors and contractors may obtain information on registration and
annual confirmation requirements by calling 1-888-227-2423, or via
Internet @ http://ccr.edi.disa.mil. The Government intends to award to
the responsible contractor whose quotation is the most advantageous to
the Government considering price and price-related factors: Technical
Specification compliance, past performance, and price. Technical
specification compliance and past performance are equal, and when taken
together are significantly more important than price. If a change
occurs in this requirement, only those offerors that respond to this
announcement within the required time frame will be provided any
changes/amendments and considered for future discussions and/or award.
Quotations, and the above required information must be received at the
above contact point in this office on or before 19 JUL 1999 at 12:00 PM
(Noon) Eastern Standard Time. Posted 07/08/99 (W-SN351779). (0189) Loren Data Corp. http://www.ld.com (SYN# 0337 19990712\59-0001.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|