Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1999 PSA#2479

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

36 -- PARTS FOR E2C2 AIRCRAFT SOL N00244-00-T-0168 DUE 120699 POC Joan Balazs -- FAX 619-532-2347 -- Phone 619-532-2892 -- email joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-00-T-0168. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This solicitation is issued on a unrestricted basis. FISC San Diego has a requirement for the following items for the E2C2 Aircraft: 0001, 4 each Conductor Inner, part number 20125-1, four (4) each. 0002, choke, part number 20146-1, two (2) each. 0003, coupling, part number 28014-1, two (2) each . 0004, Dielectric, part number 28078-3, two (2) each. 0005, flange, mount, part number 28124-1, one (1) each, 0006, conductor, out, part number 28210-1, one (1) each.0007, conductor, inner, part number 28213-1, four (4) each. 0008, tuning ring, part number 28250-2, one (1) each. 0009transition input, part number 28259-1390, one (1) each. 0010, transition output, part number 28260-1455, one (1) each. 0011, elbow assembly, part number 28263-1, one (1) each. 0012, Tuning ring, part number 28279-1200, one (1) each. 0013, Tuning ring, part number 28473-125-950, three (3) each. 0014, IFF line assembly, part number 28491-1, two (2) each. Justification for other than full and open competition is FAR 6.302-1, Only one source or only a limited number of responsible sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. The Government intends to negotiate with Rantron Antenna System, the original equipment manufacturer only unless other manufacturers can be found. Required delivery is to Naval Aviation Depot, North Island San Diego, CA. Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veteransof the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will bemade to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items _0001-0014. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later that 3:00 p.m. PST, December 6, 1999 and will be accepted via FAX (619-532-2347) Attn: Joan Balazs Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq.osd.mil/dp/dars/dars/dfars.html. Posted 11/17/99 (W-SN401472). (0321)

Loren Data Corp. http://www.ld.com (SYN# 0176 19991119\36-0001.SOL)


36 - Special Industry Machinery Index Page