Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16, 2001 PSA #2916
SOLICITATIONS

58 -- URC-200 AND ANCILLARIES

Notice Date
August 14, 2001
Contracting Office
Operational Contracting Office, Air National Guard, 4850 Leigh Avenue, Fort Smith, AR 72903-6096
ZIP Code
72903-6096
Solicitation Number
DAHA03-01-R-0001
Response Due
August 24, 2001
Point of Contact
POC Jackie S. Kendall, Purchasing Agent, 501-648-5248, FAX 501-648-5125
Description
17. 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 not being requested and a written solicitation will not be issued. Solicitation number DAHA03-01-R-0001 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-27. The North American Industry Classification Systems (NAICS) code for this requirement is 334220 with a size standard of 750 employees. The Government intends to purchase on an Indefinite Delivery/Indefinite Quantity Firm Fixed-Price basis with base year and one (1) option year and to solicit and negotiate the proposed contract for URC-200's and PRM-500's with Ancillaries on a sole source basis with Motorola, 8201 East McDowell Road, Scottsdale, AZ 85252, for the part numbers listed below, under the authority of FAR Part 6.302-1. Motorola is sole manufacturer of the URC-200 and PRM-500 with Ancillaries which is the only transceiver that is interoperable and compatible with the already fielded URC-200's and PRM-500's. The contract line item numbers, descriptions, and estimated quantities are CLIN 0001 P/N 01-P36742M001 URC-200: Transceiver (URC-200), Handset (PTHS-110), Battery Box (UBC-100), Antenna (UVU-100), O&M Manual, 6 each; CLIN 0002 P/N 50-P39208N001 PTMP-150: Hand Microphone, 9 each ; CLIN 0003 P/N 01-P34336E001 UDD-100A: 12V Car Mounting Kit, 3 each; CLIN 0004 P/N 01-P35859M001 UVU-115: 15' Whip Antenna, Mount, and Bracket, 3 each; CLIN 0005 P/N 50-P36033M002 PTSH-104: Amplified Remote Speaker (Universal Mount), NSN 5965-01-408-5990, 9 each; CLIN 0006 P/N 01-P35849M001 PRM-500: 50 watt Rack Mount System including Transceiver (URC-200), AC Power Supply (UAC-300), Interface Box (UIB-100), Rack Mount (URM-100), 50 watt Power Amplifier (UPA-50), Base Station Antenna (UVU-200), and 50' Heliax Antenna Cable (URF-B61-050), 4 each; CLIN 0007 P/N 30-P31016E001 LSCA-103: Cable for the PTSH-104 Speaker (4 ft.), 5 each; CLIN 0008 P/N BB-590/U: Ni-Cad Rechargeable Batteries, (NSN 6140-01-063-3918 2 batteries required per radio), 2 each; CLIN 0009 P/N 01-P35623J001 UBS-110: Commercial Grade Dual Battery Charger, 1 each; CLIN 0010 P/N 01-P35863M001 UAC-300: AC Power Supply for URC-200 and UPA-50, 1 each; CLIN 0011 P/N 01-P35865M001 URM-100: Rack Mount, 1 each; CLIN 0012 P/N 85-P35990M001 UVU-200: Antenna, Basestation, 1 each; CLIN 0013 P/N 01-P36009M010 UEC-220: Remote Control Unit with 30/90 MHz, 400-420 MHz, Private Line, 5 KHz, and URC-500 compatibility. Controls two radios, 1 each; CLIN 0014 P/N 30-P35581J001 XXX-YY URE-U-A10-LLL-YY: Cable for URC200 to remote accessory (LLLUser defined cable length between radio and remote control unit. YYUser defined cable length between remote control unit and speaker, 1 each. The proposal is due by 24 August 2001and completed representations and certifications are due by 31 August 2001. Award is anticipated no later than 7 September 2001. Initial delivery order will consist of 1 each of CLINs 0001 through 0005 and CLIN 0007 with delivery within 60 days of receipt of delivery order. All deliveries shall be FOB Destination to address specified per delivery order. Inspection and acceptance shall also be made at destination. 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 the Inspection clause, 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. The provision at FAR 52.212-1 INSTRUCTIONS TO OFFERORS -COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will use simplified acquisition procedures in accordance with FAR Subpart 13.5 to solicit, offer evaluate, and award the resultant contract. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provisions at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS (APRIL 2001) and DFAR 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION COMMERCIAL ITEMS (NOV 1995) with its proposal. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2001) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (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 be upgraded 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, used in combination with the information technology being acquired, properly exchanges date/time data with it. The clause at FAR 52.212-5 COTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2001) applies to this acquisition. (a) The Contractor agrees to comply with the following clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (2) 52.219-8, Utilization of Small Business Concerns; (3) 52.219-9, Small Business Subcontracting Plan; (4) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (5) 52.222-21, Prohibition of Segregated Facilities; (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era; (8) 52.222-36, Affirmative Action for Workers with Disabilities; (9) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; and (10) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- - (1) 52.222-26, Equal Opportunity; (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (3) 52.222-36, Affirmative Action for Workers with Disabilities; and (4) 52.247-64, Preference for Privately Owned U.S. Flagged Commercial Vessels. **End of Clause**. DFAR 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2000) is incorporated by reference. The Contractor agrees to comply with the following list of DFARS clauses, which are included in this solicitation by reference to implement provision of law or Executive Orders applicable to acquisitions of commercial items or components: (1) 252.205-7000, Provision of Information to Cooperative Agreement Holders; (2) 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; (3) 252.225-7007, Buy American Act-Trade Agreements Balance of Payments Program; (4) 252.225-7012, Preference for Certain Domestic Commodities; and (5) 252.225-7021, Trade Agreements. In addition to the clauses listed in paragraph (e) of 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract, the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I. The provision at 252.204-7004, Required Central Contractor Registration (MAR 2000), applies to this solicitation. The provisions at FAR 52.216-18, Ordering (orders may be issued from date of award through 24 months thereafter); 52.216-19, Ordering Limitations (minimum order is "one each of any CLIN" and maximum order is "the combined estimated total of all CLINS for any ordering period") and 52.216-22, Indefinite Quantity apply to this solicitation. THIS NOTICE IN INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible, interested parties may submit information in which they identify their interest and capability. Quote is due to Jackie Kendall, Purchasing Agent, Operational Contracting, 4850 Leigh Avenue, Fort Smith, AR 72903-6096 by 2:00 P.M. Central Daylight Time, 24 August 2001. All quotes received by 24 August 2001 will be considered by the Government solely for the purpose of determining whether to initiate a competitive procurement. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 and DFAR clauses 252.212-7000 contact Jackie Kendall, Telephone number 501-648-5248 or via e-mail at jackie.kendall@arftsm.ang.af.mil. if an offeror is not able to contact the Purchasing Agent via e-mail, please fax correspondence/requests to the point of contact above at facsimile 501-648-5125 or contact Steve Bridges, Contracting Officer, at Telephone 501-648-5280 or e-mail steven.bridges@arftsm.ang.af.mil. **END SYNOPSIS/SOLICITATION NUMBER DAHA03-01-R-0001**
Record
Loren Data Corp. 20010816/58SOL005.HTM (W-226 SN50U9F1)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on August 14, 2001 by Loren Data Corp. -- info@ld.com