Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

58 -- MOUNTED WARRIOR SOLDIER SYSTEM COTS CORDLESS COMMUNICATIONS

Notice Date
February 16, 2001
Contracting Office
U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, NJ 07703-5008
ZIP Code
07703-5008
Solicitation Number
DAAB07-01-Q-A210
Response Due
March 2, 2001
Point of Contact
Joanne Botwinick, Contract Specialist, 732-427-1624 John M. Adamitis, Contracting Officer, 732-532-3473.Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Applicable local regulation is 52.7625, Year 2000 (Y2K) Warranty Clause -- Commercial Items. Pack and Packaging shall be best commercial practice. The Contractor is requested to recommend a range quantity breakdown that is the most cost effective to the Government. The contractor shall provide the commercial warranty for all items. The Contractor shall maintain a record of the actual inspection data developed during the course of this contract to show compliance to the SOW. The contractor shall be responsible for coordinating the shipment of all MWS2C2 equipment to a destination(s)(Yet to be named) and maintaining a record of shipping documents. The contractor shall manage and maintain a status review and reporting system for the planning, coordination, and control
E-Mail Address
Click here to e-mail the POC's. (Joanne.Botwinick@mail1.monmouth.army.mil ;John.Adamitis@mail1.monmouth.army.mil.)
Description
DESC: 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; a proposal is being requested and a written solicitation will not be issued. The solicitation number is DAAB07-01-Q-A210. This is a Request For Quotation. It is anticipated that the Government will award a firm fixed price requirements type contract. The solicitation document and incorporated provisions and clauses are those in effect through FAC 90-45. The associated NAICS Code is 33429. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source, Northrup Grumman Corp., Lithicum, MD under the authority of FAR 6.302-1. The Acquisition is for Cordless Communications Systems which will meet the Government's requirement for a Mounted Warrior Soldier Systems Cordless Communications (MWS2C2) demonstration. The MWS2C2 consists of four major components. These include: Line Item 0001: 225 each Personal Computer Units (PCU) Part Number 810R900, Line Item 0002: 70 each Universal Adapter Interface (UAI) Part Number 810R932, Line Item 0003: 70 each Remote Display Unit (RDU) Part Number 810R923, Line Item 0004: 70 each Unit Installation Kits (UIK). The Salient Characteristics for the MWS2C2 include: a. Interface with the AN/VIC-3. The MWS2C2 shall give the AN/VIC-3 crewman intercom capabilities in the disconnected mode with a minimum of disruption. b. Interface with the AN/VIC-1. The MWS2C2 shall give the AN/VIC-1 crewman intercom capabilities in the disconnected mode with a minimum of disruption. c. Interface with SINCGARS radio (without the aid of a vehicle intercom system). The MWS2C2 shall permit the crewman (that does not have an intercom system) to intercommunicate with other crewman and over a SINCGARS radio in the disconnected or connected mode. d. Interface with various intercom systems. The MWS2C2 shall give the intercom system crewman capabilities in the disconnected mode with a minimum of disruption. e. Operate stand-alone. The MWS2C2 shall permit the crewman (that does not have an intercom system) to intercommunicate with other crewman in the disconnected or connected mode without requiring an existing radio or intercom. f. Cause minimum disruption to existing intercom systems. MWS2C2 will cause minimal additions to the physical layout of the existing intercom system. Shipping instructions are TBD. Delivery is 9 months ARO. F.O.B Contractor's Plant. Final inspection and Acceptance at Contractor's Plant by PM, DCATS or authorized representative. FAR Provision 52.212-1 Instructions to Offerors -- Commercial Items applies. Contractor must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies. Applicable FAR clauses cited in 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alt 1. 52.219-9, Small Business Subcontracting Plan, 52.222-21, Prohibition of Segregated Facilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies, 52.232-33, Payment by Electronics Funds Transfer -- Central Contract Registration, 52.227-01, Authorization and Consent, 52.227-02, Notice and Assistance Regarding Patent and Copyright Infringement, 52.227-06, Royalty Information, 52.227-09, Refund of Royalties. Other applicable FAR clauses include: 52.216-18, Ordering, 52.216-19, Order Limitations, 52.232-29, Terms for Financing of Purchases of Commercial Items, Applicable DFAR clauses are: 252.201-7000, Contracting Officer's Representative, and 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Applicable local regulation is 52.7625, Year 2000 (Y2K) Warranty Clause -- Commercial Items. Pack and Packaging shall be best commercial practice. The Contractor is requested to recommend a range quantity breakdown that is the most cost effective to the Government. The contractor shall provide the commercial warranty for all items. The Contractor shall maintain a record of the actual inspection data developed during the course of this contract to show compliance to the SOW. The contractor shall be responsible for coordinating the shipment of all MWS2C2 equipment to a destination(s)(Yet to be named) and maintaining a record of shipping documents. The contractor shall manage and maintain a status review and reporting system for the planning, coordination, and control of: manufacturing, testing and delivery of MWS2C2 devices. The contractor shall provide a monthly status report (in contractor format) to the Government. Government representatives will travel to the contractors plant (every 120 days) to meet with contract management for a program review. Defense Priorities and Allocations System (DPAS) rating is: Unrated. POC: Contract Specialist: Ms. Joanne Botwinick (732)427-1624. Contracting Officer: Mr. John Adamitis (732)532-3473. Offer is due at US Army Communications-Electronics Command, Acquisition Center, Bldg. 1208, AMSEL-ACCA-RT-G, Attn: Ms. Joanne Botwinick on 01 Mar 2001 at 1400.
Web Link
CECOM Acquisition Center's Business Opportunity Page (http://abop.monmouth.army.mil)
Record
Loren Data Corp. 20010221/58SOL004.HTM (W-047 SN50D9D6)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com