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