Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2002 FBO #0265
SOLICITATION NOTICE

13 -- AMMUNITION

Notice Date
8/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 2521 Crane, IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0123
 
Response Due
9/2/2002
 
Point of Contact
Stacy McAtee, Contract Specialist 812-854-1988 FAX 812-854-5095 OR 812-854-3762
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(mcatee_s@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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-02-R-0123 is hereby issued as a request for proposals (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-07 as well as DCN 20020531. The North American Industry Classification System (NAICS) Code for this procurement is 332992 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? A minimum quantity of 694/maximum quantity of 11,505 wire bound boxes of Black Hills Ammunition 5.56mm, 77 grain long range (LR) ammunition, Black Hills P/N D223N9. Militar y packaging required, 1,640 rounds in each wire bound box. The 5.56mm 77 grain LR ammunition will be required to meet the following: (1) The projectile shall be the Sierra 0.224? diameter 77 grain Match King, Hollow Point Boat Tail (HPBT) in accordance with drawing 53711-7520883. (2) The cartridge case shall be in accordance with drawing 19200-9378276. (3) A vent hole shall be present in the primer pocket of the cartridge case. (4) The cartridge case head stamp marking shall be in accordance with drawing 19200-9378276 with the exception of note 7. (5) Each cartridge shall contain a minimum of 13 grains of propellant. (6) The manufacturer shall establish the charge weight to meet performance requirements. The Government intends to negotiate with Black Hills Ammunition, Rapid City, SD, on a sole-source basis. Award of a firm-fixed price, 3-year IDIQ contract is an ticipated. Simplified Acquisition Procedures will not be utilized. Delivery is required to begin within 90 days after contract award, and shall be FOB destination, NAVSURFWARCENDIV Crane, inspection and acceptance will also be at destination. Selection for award will be based 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. The contractor 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; 52.211-14 (DO X /DX); 52.211-15; 52.212-1; 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 52.219-4; 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 (fax proposals to 812-854-5095); 52.216.18 (. . .orders may be issued from date of contract through 3 years after date of contract.); 52.216-19 ((a) Minimum order, 694 cans; (b)(1) Maximum order, 10,811 cans; (b)(2) 11,505 cans; (b)(3) 30 days); 52.216-22 (. . .Contractor shall not be required to make any deliveries under this contract after to be determined.); 52.242-15; 252-204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.223-7002; 252.223-7007; 252.243-7002; 252.247-7023). The following clauses shall also be incorporated into this combined synopsis/solicitation: PHYSICAL SECURITY OF CONTRACTOR'S FACILITIES (6004) -- The contractor agrees to maintain his facilities in accordance with the applicable requirements of Department of Defen se Instruction 4145.26M as referenced in DFAR 252.223-7002. Supplies procured under this contract are identified as sensitive material (Category IV) under DOD 5100.76-M (Physical Security of Sensitive Conventional Arms, Ammunition and Explosives at contractor facilities), requiring physical security and transportation in accordance with DOD 5100.76-M. 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 and 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 perform ed 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 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 STATUS INQUIRIES--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 Inquiry 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 see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract?Blk 12; SF 33 Award/Contract?Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items?Blk 18a; DD1155 Order for Supplies or Services?Blk 15. ADDITIONAL MARKING INSTRUCTIONS?In addition t o 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 contractor's expense. BUSINESS HOURS--Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employees. The normal eight-hour 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 at 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 connected 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 mone y that would otherwise be paid by that party may be considered to the extent 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 favored 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 t ax 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 award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to Stacy McAtee, FAX 812-854-5095 or e-mailed to mcatee_s@crane.navy.mil. Desk telephone is 812-854-1988, complete mailing address is: Ms. Stacy McAtee, Code 1162NS Bldg. 2521, NSWC Crane, 300 Highway 361, Crane IN 47522-5001. All required information must be received on or before 02 Aug 2002, 2:00 PM Eastern Standard Time. See Numbered Note 22. 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.
 
Web Link
Click here to download synopsis
(http://www.crane.navy.mil/supply/02R0123/02R0123.htm)
 
Record
SN00148107-W 20020824/020822214047 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.