This is notice of the Government's intent to negotiate a sole source purchase order with Salem Automation; 4500 Indiana Avenue, Suite 40; Winston Salem, NC; 27106; under the authority of 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements for Charon VAX emulator software, hardware, and installation IAW attached Statement of Work. Building up of the Robins Avionics Integration Support Facility (R-AISF) requires the government to duplicate the lab environment faound at the C-17 AISF at Boeing in Long Beach, California. To maximize the success ou our Air Force mandated partnership with Boeing, it is imperative that the government duplicate the equipment found at Boeing as closely as possible in order to establish the same testing environment at both labs. The contractor identified is the only known source that can meet all of the requirements. This is not a competitive solicitation and quotes are not being requested. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. However, the determination to compete or not to compete this requirement is solely at the discretion of the Government. To be considered, any such documentation must be received NLT 12 June 2009, 12:00PM EST. Only electronic submissions will be accepted and no extensions will be granted. All respondents must be registered in the Central Contractor Registration (CCR), ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number.
*NOTE 22 applies*
PR: F3QCCM9133A002
NAICS: 541511
Item Descriptions and Quantities:
Installation and support of Charon VAX emulation system (1)
This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-23 dated 26 Dec 2007.
The following clauses are applicable to subject notice:
52.212-1 - Instructions to Offerors - Commercial (full text);
52.212-2 - Evaluation - Commercial Items (full text) - The evaluation factors shall be: Price and Price related factors, Conformance to performance specifications.
52.212-3 - Offeror Representations and Certifications - Commercial Items (full text). The rule is effective January 1, 2005. This final rule requires offerors to provide representations and certifications electronically via the BPN website; to update the representations and certifications as necessary, but at least annually, to keep them current, accurate and complete. The website is as follows: http://www.bpn.gov;
52.212-4 - Contract Terms and Conditions - Commercial Items (incorporated by reference);
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (full text).
52.222-26 - Equal Opportunity
52.223-5 - Pollution Prevention and Right-to-Know Information
52.232-33 - Payment by Electronic Funds Transfer
52.233-3 - Protest After Award
52.247-34 - F.o.b. Destination
52.252-2 - Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at this/these address(es): Regulations URLS: (Click on the appropriate regulation.)
http://farsite.hill.af.mil/reghtml/far/farltoc/htm
http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm
http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm
http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm
252.204-7004 - Required Central Contractor Registration
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
Robins ZZ: Wide Area Workflow- Receipt and Acceptance (WAWF-RA) IAW 252.232-7003
Questions will NOT be answered by telephone. Interested parties may submit information for consideration of their capabilities and qualifications to Mr. Scott Adams at [email protected] No questions will be answered after the closing of this notice, 12 June 2009 (12:00PM EST).