Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

70 -- CCU/E INTERFACE CARDS SOL N00421-99-Q-5792 DUE 082599 POC Steven Heller Contract Specialist (301) 757-5921; Clare Carmack Contracting Officer (301)757-5919 E-MAIL: click here to contact the contract specialist via, HellerSB@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-5792 is issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-12 and Defense Acquisition Circular 91-13. This action is set aside for a small business. The applicable SIC is 3699 and the small business size standard is <750 employees. This is a DO rated order with an assigned rating of A70. The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD has a sole source requirement for SBS Technologies Inc. Computer Control Unit/Emulator (CCU/E) Interface Cards. In accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy the agency requirements. SBS Technologies Inc. is the only known manufacturer of an interface card that communicates with the AN/AYK-14's MSC and responds to the calls made by the CCU/E software package. SBS Technologies Inc. is the only company capable of providing the CCU/E interface cards compatible with the CCU/E software on the CDTS. Therefore, this acquisition will be negotiated on a sole source basis with SBS Technologies Inc., 2400 Louisiana Boulevard NE, AFC Building 5, Suite 600, Albuquerque, NM 87100. It is anticipated that a firm-fixed price type purchase order will be awarded. The contract line item number and description is: CLIN 0001Computer Control Unit/Emulator (CCU/E) Interface Cards, CCU-P2, quantity of 5 each. Award is expected to be on or before 31 August 1999. Delivery is required ten days from the date of award. FOB Destination with inspection and acceptance at destination. Final delivery is to be made to Mission Computers and Processors Branch, Attn: M. Graham Bldg 2187 Suite 2190, Naval Air Warfare Center Aircraft Division, 41880 Shaw Road Unit 5, Patuxent River, MD 20670-1906. 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 any "Inspection" clause that may be in the contract, 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 (Jun 1999) 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 as it is a sole source procurement. The Government will evaluate SBS Technologies Inc.'s proposal for fairness and reasonableness in accordance with FAR Part 15.4 prior to making an award. Offerors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 1999) Alt I (Oct 1998) and Defense Federal Acquisition Regulation Supplement (DFARS) 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Dec 1991) with proposals. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1999) is incorporated by reference and applies to this acquisition. The following addendum is hereby added: 5252.246-9503 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 beupgraded 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, to the extent that other information technology, 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 (May 1999) applies to this acquisition and includes the following additional FAR clauses which are incorporated in this solicitation by reference: 52.219-8 Utilization of Small Business Concerns (Jun 1999), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Feb 1999), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998), 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). FAR clause 52.247-34 FOB Destination (Nov 1991) also applies to this solicitation. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 1999) is incorporated by reference and includes the following additional DFARS clauses which are also incorporated in thissolicitation by reference: 252.225-7001 Buy American Act and Balance of Payments Program (Mar 1998). DFARS clauses 252.204-7004 Required Central Contractor Registration (Mar 1998) and 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 1991) also apply to this solicitation. Note that DFARS clause 252.247-7023, Transportation of Supplies by Sea, as cited in paragraph (a) of the clause at 252.212-7001, does not apply to this solicitation. This combined synopsis/solicitation is not a request for competitive proposals. However, all responsible sources may submit a proposal which shall be considered by the agency. Offers are due to Steven Heller, Contract Specialist, Code 24246, Contracts, Naval Air Systems Command, Building 2272, Suite 256, 47123 Buse Road, Unit IPT, Patuxent River, MD 20670-1547 by 2:30 P.M. Eastern Standard Time, 25 August 1999. The Government will not pay for any information received. Facsimile proposals will be accepted. For information regarding this solicitation or copies of FARprovision 52.212-3 and/or DFARS provision 252.225-7000, contact Steven Heller, Contract Specialist, Code 24246, Phone: 301-757-5921, Facsimile: 301-757-5955, or via e-mail: HellerSB@navair.navy.mil. See Note 1. Posted 08/18/99 (W-SN369574). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0375 19990820\70-0009.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page