Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

59 -- MK 666 MOD 1A TEST SETS AND SPARE PARTS

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R8921
 
Response Due
8/5/2002
 
Point of Contact
Shirley Littrell 812-854-1947
 
E-Mail Address
Email your questions to point of contact
(littrell_s@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for modified commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. The Government intend to negotiate with one source, RDL Inc., Conshohocken, PA. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-02-R-8921 is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 as well as DCN 20020531. The North American Industry Classification System (NAICS) (Code for this procurement is 334519 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? MK 666 Noise Test Sets, Mod 1A in accordance with WS 33336A, 3 each; CLIN 0002 MK 666 Noise Test Sets in accordance with WS 33336A, Mod 1A, 4 each; CLIN 0003 Spare Parts , 1 LO; CLIN 0004 Spare Parts, 1 LO, CLIN 0005 Contract Data Requirements Lists (A001, A001A, A002), 1 LO, NSP. The Statement of Work and CDRL A001 can be downloaded at http://www.crane.navy.mil/supply/02r8921/02R8921.htm. Delivery is required F.O.B. Destination to Naval Weapons Station, CWI Program, Bldg. 476, Bay 5, Door 49, Attn: A. Jackson, Code 3021, Yorktown, VA 23691 on or before 31 December 2002. Inspection and acceptance at origin by DCMA QAR. Selection for award will be based on past performance and price. Price is more important than Past Performance. Offers that are non-compliant with any material requirement of this solicitation my be rejected without further consideration for award. This will be firm fixed price contract and will be will be awarded utilizing Simplified Acq uisition Procedures. STANDARD COMMERCIAL WARRANTY (6001) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial 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 standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ \ months. (Offeror is to insert number). Clauses/provisions: 52.211-14 (DO X /DX __); 52.211-15; 52.212-1, delete paragraphs (d and h) replace paragraph h with SINGLE AWARD FOR ALL ITEMS ? ALTERNATE I. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. Subject to the provisions contained herein, award shall be made to a single offeror for all subline items within each contract line item. Offers must include each subline item listed within a line item. Failure to do this shall be the cause for rejection of the offer for that p articular line item. Offers must include each subline item listed within a line item. Failure to do this shall be cause for rejection of the offer for that particular line item..add to paragraph i; DIDs may be downloaded from http://www.kolacki.com/dids_index.htm; 52.212-3 Alt I (FILL-IN) (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4;52-212-5 (incorporating 52.203-6 Alt 1, 52.219-4; 52.219-8; 52.222-19; 52.222-26; 52.222-35; 52.222-36; 52.222-36; 52.222-37;52.225-13; 52.232-33;) 52.215-05 (fax # 812-854-1841); 52.242-15; 52.243-1; 52.247-34; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7000; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). PAST PERFORMANCE - During the source selection process, the Government will assess the offeror?s p ast performance in the evaluation for contract award. Accordingly, each offeror is required to submit a list of up to five of its most recent contracts within the past three years, either completed or on-going, for the same or similar products. It is preferred that these contracts be with U.S. Government customers, but contracts with other commercial concerns are also acceptable. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Source Selection Authority (SSA)/Contracting Officer will evaluate the offeror?s past performance based upon the information furnished by the offeror and/or other information obtained by the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The SSA/Co ntracting Officer may, however, utilize all available information, including information not provided by the offeror, in the past performance evaluation. The Government reserves the right to review less than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offeror?s past performance rating. If insufficient information regarding the offeror?s corporate history is available, the offeror is encouraged to submit for evaluation evidence of relevant past performance on the part of the offeror?s key/principal employees, as either a prime- or sub-contractor. Past performance is assessed by the SSA/Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror will be given an adjectival rating on past performance; highly favorable, favorable, neither favorable, nor unfavorable, unfavorable, high ly unfavorable, or no same or similar history. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will not be rated either favorable or unfavorable. The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer if doing so would result in greater value to the Government. As a part of the past performance evaluation, the Government will assess the offeror?s previous compliance with the requirements of FAR 52.219-8 and 52.219-9 as applicable. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. The Contractor shall include as a minimum, the following information on each invoice: (1) Name an d address of the Contractor; (2) Invoice number and date and shall be marked ?Original Invoice?; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government Bill of Lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of a defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 (U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 0562, Bldg 2701, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5002. PAYMENT STATUTS INQUIRES ?Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor. If the payment is being made by DFAS-Columbus use the MOCAS Vendor Pay Inquire System (VPIS) site listed on the above web site. It is recommended that the vendor download the ?MOCAS VPIS Help Guide? and ?Reason and Remark Code Document?. You must then register by clicking on ?User Registration? under the subheading ?MOCAS Vendor Pay Inquiry System? before payment inquiries can be made. If payment is being made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCAS System by cage code, contract number or DUNS number at the above listed web site. To determine which system to use s ee the following blocks of your contract document for payment offices designation: Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items. ADDITIONAL MARKING INSTRUCTIONS ? In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment; 1) Order Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received which are not marked in accordance with the above requirements may be refused and returned to the contractor at the co ntractor?s expense. BUSINESS HOURS ? Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employee. The normal eight-hours shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) ?(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agreed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less t the time of final contract closeout. The term ?residual dollar amount? shall include all money that would otherwise be owed to either party at the end of the contract except that, amounts connect ed in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that part may be considered to the extend permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collected such small dollar amounts could exceed the amount to be recovered. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging and packing is authorized unless otherwise specified. MOST FAVORED CUSTOMER ASSURANCE- The contractor agrees that the prices for the supplies or services furnished under this contract are as low or lower than those charged the supplier?s most f avored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. TAX EXEMPTION ? Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. 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 @ www.ccr.gov. 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 awar d. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to point of contact, Ms. Shirley D. Littrell, Code 1165ZM, FAX 812-854-1841 or emailed to Littrell_S@crane.navy.mil. All required information must be received on or before (2:00 PM, 08/05/02) Eastern Standard Time. Our mission is to provide quality and responsive acquisition services 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. See Note 22.
 
Web Link
To download the SOW and CDRL's
(http://www.crane.navy.mil/supply/02r8921/02R8921.htm)
 
Record
SN00130759-W 20020803/020801213914 (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.