Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

59 -- SEMICONDUCTORS-INTEGRATED CIRCUITS COMBINED SYNOPSIS/SOLICITATION

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R6406
 
Response Due
5/21/2002
 
Archive Date
6/20/2002
 
Point of Contact
DALE DEWAR 812-854-4795
 
E-Mail Address
Email your questions to Email address of point of contact
(www.dewar_dale@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-02-R-6406 is hereby issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DCN 20010129. The North American Industry Classification System (NAICS) Code for this procurement is 334413 and the size standard is 1,000 employees. This requirement is for the following: CLIN 0001: Quantity of 1,780 each ? Integrated Circuit, Quad 2 input power gate (open collector) NAND HiNIL (passive output), IAW NAVORDSYSCOM Drawing # 2907797, Rev G, similar to Teledyne HiNIL 302 ; brand name or equal. Note: this integrated circuit is similar to Teledyne Semiconductor commercial device type HiNIL 302, except requires additional screening and burn-in, IAW attached drawing. CLIN 0002: Quantity of 1,687 each ? Integrated Circuit, Logic Gate, Quad 2, 2, 3, 3 input NAND Hi NIL (passive output), IAW NAVORDSYSCOM Drawing # 2907795, Rev G, similar to Teledyne HiNIL 326; brand name or equal. Note: this integrated circuit is similar to Teledyne semiconductor commercial device type HiNIL 326, except requires additional screening and burn-in. CLIN 0003: Same as CLIN 0002 above: Indefinite Delivery Indefinite Quantity (IDIQ) ? See IDIQ Table ?CLIN 0003. The Salient Characteristics for CLIN 0001 are found in NAVORDSYSCOM Drawing # 2907797, Rev G, on file 2907797.pdf which can be downloaded at https://www.crane.navy.mil/supply/announce.htm. The Salient C haracteristics for CLIN 0002 and CLIN 0003 are found in NAVORDSYSCOM Drawing # 2907795.pdf, Rev G, on file 2907795 https://www.crane.navy.mil/supply/announce.htm CLIN 0001 ? Quantity of 1,780 each ? Integrated Circuit, Quad 2 input power gate (open collector) NAND HiNIL (passive output), IAW NAVORDSYSCOM Drawing # 2907797, Rev G, similar to Teledyne HiNIL 302; brand name or equal. Price each $_____ Extended Price $_________ CLIN 0002 ? Quantity of Quantity of 1,687 each ? Integrated Circuit, Logic Gate, Quad 2, 2, 3, 3 input NAND Hi NIL (passive output), IAW NAVORDSYSCOM Drawing # 2907795, Rev G, similar to Teledyne HiNIL 326; brand name or equal. Price each $_____ Extended Price $_________ CLIN 0003 ? Same as CLIN 0002. Offerors shall provide pricing for the IDIQ table below. The Government shall have the rig ht to place delivery order(s) for any quantity between the minimum of 1,000 units and the maximum of 4,000 units during the life of the contract. A maximum of 4,000 units may be ordered under the IDIQ portion of this contract for IDIQ Table - CLIN 0003, during the life of this contract. The Government is not obligated to order any quantities in excess of the contract minimum, identified as CLIN 0002 above. Offerors must submit pricing for all stepladder quantities contained in the quantity range for IDIQ Table - CLIN 0003. Offerors shall permit the Government to interpolate prices between stepladder quantities on a straight-line basis for CLIN 0003. In order to provide pricing for quantities ordered that fall between those listed below, the following formula will apply. UP = UPnh + (Qh ? QO) * ((UPnl ? UPnh) / (Qh ? Ql)) Where: UPnh = Unit Price for the higher quantity (range upper limit) in the applicable ordering period UPnl = Unit Price for the lower quantity (range lower limit) in the applicable ordering period Qh = Quantity at the range upper limit Ql = Quantity at the range lower limit QO = Quantity being ordered Offerors should provide unit prices (i.e. price per each unit at designated quantities) for each ordering year on the table below. IDIQ Table ?CLIN 0003 (Integrated Circuit, Logic Gate, Quad 2, 2, 3, 3 input NAND Hi NIL (passive output), IAW NAVORDSYSCOM Drawing # 2907795, Rev G, similar to Teledyne HiNIL 326; Brand Name Or Equal) Quantity Unit YEAR 1* PRICE/EA YEAR 2** PRICE/EA 1,000 EA $ $ 2,000 EA $ $ 3,000 EA $ $ 4,000 EA $ $ Ordering Years for IDIQ Table, CLIN 0003: *Year 1 = Effective date of Contract to 30 May 2003; **Year 2 = 1 JUN 2003 to 30 MAY 2004; Prices will be evaluated by adding the sums of the weighted average unit prices for each ordering year, derived from the values in IDIQ Table above, and multiplied by 3, 534 units, to the total pricing proposed for the contract?s minimum quantity (i.e. extended price of CLIN 0001 and CLIN 0002). Note that the estimated quantity of 3,534 units for CLIN 0003 is used for price evaluation purposes only and does not obligate the Government to order anything above the contract?s minimum stated quantity for CLIN 0001 and CLIN 0002. ORDERING -- ADDITIONAL INFORMATION ? (5306) The agency authorized to place delivery orders against this contract is: Crane Division, Naval Surface Warfare Center (NAVSURFWARCENDIV Crane), and Crane, IN 47522-5001. Delivery orders shall be placed against this contract using a DD 1155 format. Delivery orders placed under this contract shall be placed no later than 30 MAY 2004. A price evaluation preference will be given for HUBZone Small Business Concerns (FAR 19.1308). HUBZones can be verified at www.sba.gov/hubzone. Delivery is required FOB destination (NSWC Crane, IN) within 120 days after effective date of order. Early and partial deliveries are acceptable. Final inspection and acceptance will be at NSWC Crane, IN. Selected contractor will be expected to provide a Certificate of Conformance (COC) for all units provided to Government. Selection for award will be based equally on past performance and price. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This requirement is issued as a full and open competition for a firm fixed-price contract for brand name or equal supplies. This contract will be awarded utilizing Simplified Acquisition Procedures. The co ntractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Clauses/provisions: 52.203-3; 52.211-6; 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations and Certifications and forward with proposal); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33;); 52.215-05 (812-854-3465 fax #); 52.216-22 (IDIQ); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.24307002; 252.247-7023). Other NAVSEA activities will be authorized to place orders against this contract. The offeror shall provide its Commercial and Government Entity (CAGE) Code, DUNS number, and Tax I dentification Number (TIN). To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to Dale Dewar at 812-854-3465, or e-mailed to Dewar_Dale@crane.navy.mil. All required information must be received on or before 21 May 2002 @ 1400 Eastern Standard Time. Our mission is to provide quality and responsive acquisition serv ices for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
 
Record
SN00071202-W 20020505/020503213344 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.