Federal Bid

Last Updated on 31 Dec 2005 at 5 AM
Solicitation
Patuxent river Maryland

58 -- Digital 3500 Lumen Projector

Solicitation ID N00421-06-T-0043
Posted Date 06 Dec 2005 at 5 AM
Archive Date 31 Dec 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations being requested and a written solicitation will not be issued. Solicitation Number N00421-06-T-0043 is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06, the Defense Acquisition Circular 91-13, and DCN 20051114. This action is not set aside for small businesses. The applicable NAICS is 334310 and the small business size standard is 750 employees. The Naval Air Warfare Center Aircraft Division intends to solicit and negotiate on an Other Than Full and Open Competitive basis with Christie Digital Systems USA, Inc. or an authorized distributor of Christie Digital Systems USA, Inc. for seven each Christie Digital LX-34 3500 Lumen Projector P/N 103-002001, six each projector ceiling mount for LX-34 P/N RPA-140, six each Christie Digital Bulb for LX-34 P/N 0300071201P under the authority of FAR 6.302-1. Christie Digital Systems USA, Inc. is the sole manufacture of this product. The required products must be completely interchangeable and interoperable with existing equipment. This notice of intent is not a request for Full and Open competitive quotations. However, interested parties may submit a capabilities statement in which they identify their interest and capability. All capabilities statements received by 2:30 PM Eastern Standard Time 16 December 2005 will be considered by the Government solely for the purpose of determining whether to initiate a full and open competitive procurement. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the capability statement. The Government reserves the right to process the procurement on an other than full and open competitive basis based upon the responses received. The Government will not pay for any information received. The contractor shall deliver the above product to: Receiving Officer, Supply Dept Bldg 665 Ste2, Naval Air Station, 47179 Vaughn Rd., Patuxent River MD 20670-1614, by 23 January 2006 (with an anticipated award date of 19 December 2005). Mark for: Darren Wagner, Bldg. 2168, (301) 757-4141. Inspection and acceptance shall be made at destination, FOB 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. FAR 52.212-1 Instructions to Offerors—Commercial Items (Jan 2005) is incorporated by reference and applies to this acquisition. The Government intends to award this contract to Avitech International Corp. or an authorized distributor. Therefore, the provision at 52.212-2 Evaluation—Commercial Items (Jan 1999) does not apply to this acquisition. The Government will evaluate the offerors proposal to determine the price fair and reasonable in accordance with FAR Part 15, before making award. The offeror shall provide backup information verifying the price offered; e.g. a copy of current catalog, price list, and or invoices for the same equipment, etc. The offeror shall include a completed copy of the provision at FAR 52.212-3 including Alt 1, Offeror Representations and Certifications—Commercial Items (Mar 2005) (E.O. 11246) with its proposal. FAR 52.212-4 Contract Terms and Conditions—Commercial Items (Sep 2005) is incorporated by reference and applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-commercial Items (Sep 2005) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.203-6 Restrictions on Subcontractors Sales to the Government (JUL 1995 ) with Alt. I (OCT 1995)(41 U.S.C 253g and 10 U.S.C. 2402), 52.219-8 Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637 (d)(2) and (3)), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor- Cooperation with Authorities and Remedies (JUN 2004)(E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era and other eligible veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and other eligible veterans (Dec 2001) (38 U.S.C. 4212), 52.225-13, Restriction on Certain Foreign Purchases (Mar 2005), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), 52.233-3 Protest After Award (AUG 1996)(31 U.S.C 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) . DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2005) is incorporated by reference, 52.203-3 Gratuities (APR 1984)(U.S.C. 2207), however, for paragraph (b) only the following clauses apply 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), 252.225-7012 Preference for Certain Domestic Commodities (JUN 2004)(10 U.S.C. 2533a), 252.227-7015 Technical Data Commerical Items (NOV 1995)(10 U.S.C. 2320), 252.227-7037Validation of Restrictive Markings on Technical Data (SEP 1999)(10 U.S.C. 2321), 252.243-7002 Request for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410), 252.247-7023 (May 2002, 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000). The DFARS clause at 252.204.7004 Alternate A (Nov 2003) Required Central Contractor Registration (Mar 2000) is incorporated by reference. FAR 52.252-2, clauses Incorporated by Reference (FEB 1998) also applies to this acquisition. The full text of a clause may be accessed electronically at this/these address(es); http://farsite.hil..af.mil/ or http://www.arnet.gov.far. Quotations are due to Contracts, Randolph Serman III code 251731 Bldg 588 Suite 2, NAWCAD, 47253 Whalen Rd Unit 9, Patuxent River MD 20670-1463 by 2:30 P.M. Eastern Standard Time 16 December 2005. For information regarding this solicitation contact Randolph Serman III via phone (301) 757-9712, fax (301) 757-0200, or e-mail [email protected] .
Bid Protests Not Available

Similar Past Bids

Location Unknown Not Specified
Center Kentucky 21 Aug 2012 at 7 PM
Location Unknown 25 Aug 2017 at 6 PM
Institute West virginia 29 Apr 2016 at 2 PM
Location Unknown 05 Sep 2013 at 2 PM

Similar Opportunities

Pennsylvania 13 May 2024 at 4 AM (estimated)
Pennsylvania 13 May 2024 at 4 AM (estimated)
Fredericksburg Texas 24 May 2024 at 7 PM
Roseville California 14 May 2024 at 10 PM