This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in Subpart 13.5, as supplemented with additional
information included in this notice. Solicitation N65236-08-R-0193 will be
issued on a sole source basis to Harris Corporation-RF Communications
Division, 1680 University Avenue, Rochester, NY 14610-1839, to procure three
(3) 400 Watt High Frequency (HF) Automatic Link Establishment (ALE)
Shipboard Radio (HFSAR) systems for LPD-19, LPD-20, and LPD-25. Harris
Corporation is the only source that can satisfy the requirements of this
procurement while providing the government the most economical product.
The RT-1694(D) radio is the only known HF radio that has embedded ALE
technology and has JITC certified MIL-STD-188-110B, Appendix C,
interoperability. The RT-1694(D) contains the integral CITADEL (RF
Communications Division proprietary) encryption mode that offers secure
communication interoperability with allied/coalition forces and is the only
commercially available radio that contains Third Generation (3G) Automatic Link
Establishment (ALE) technology while having internal NSA Type I certified
encryption.
This announcement constitutes the only solicitation; a written solicitation
will
not be issued. The NAICS code is 334220 and the Size Standard is 750
employees. Product substitutions will not be considered. The requirements are
for a Firm-Fixed Price contract for the following 2 line items:
Item Part Number Description
1 0103AA HFSAR Common Equipment Rack Base System
QTY 3
2 0103AC Remote Capability Configuration #2
QTY 3
Inspection/Acceptance: Destination.
Required delivery date: within 180 days after receipt of the order.
Place of Delivery:
SPAWAR Systems Center Charleston, SC: Charges for freight and other related
charges, if any, are to be included in each unit price.
Solicitation Provision 52.212-1, Instructions to Offerors- Commercial Items is
hereby
incorporated by reference.
FAR Clause 52.212-2 Evaluation Commercial Items is hereby incorporated by
reference. Offeror must include a completed copy of provisions FAR 52.212-3,
Offeror Representations and Certifications Commercial Items with its offer.
The following FAR clauses are hereby incorporated by reference:
(1) FAR Clause 52.212-4, Contract Terms and Conditions Commercial
Items.
(2) FAR Clause 52.212-5, Contract Terms and Conditions Required to
Implement
Statues or Executive Orders Commercial Items
(3) 52.247-34 F.O.B. Destination
(4) 252.211-7003 Item Identification and Valuation
(5) 252.212-7000 Offeror Representations and Certifications
Commercial Items
(6) 252.211-7003 Item Identification and Valuation
(7) 252.212-7001 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items
(8) 252.225-7000 Buy American Act Balance of Payments Program
Certificate
(9) 252.225-7031 Secondary Arab Boycott of Israel
(10) 252-246-7000 Material Inspection and Receiving Report
The following local clauses are included:
C-304 COMPLIANCE WITH SPECIFICATIONS
G-317 WAWF INVOICING INSTRUCTIONS (FIXED PRICE CONTRACTS) (VAR 2)
Any additional contract requirements or terms and conditions determined by
the contracting officer to be necessary for this acquisition and consistent
with
customary commercial practices will be incorporated.
Award will be made in accordance with FAR Part 13, Simplified Acquisition
Procedures.
Response to this sole source announcement must be received no later than 31
July, 2008.
This notice of intent is not a request for competitive proposals or quotes. A
determination by the Government not to compete based upon responses to
this notice is solely within the discretion of the Government. Information
received will normally be considered solely for the purpose of determining
whether to conduct a competitive procurement.
Questions concerning this sole source procurement may be directed to Debbie
Spencer at
[email protected] or telephone (843) 218-5822.
Bid Protests Not Available