Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2002 FBO #0306
SOLICITATION NOTICE

59 -- LIMITER SWITCHES

Notice Date
10/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8704
 
Point of Contact
Brian Moellers 812-854-1812
 
E-Mail Address
Email your questions to Point of contact
(moellers_brian@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 N00164-03-R-8704 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 as well as DCN 20020531. The North American Industry Classification System (NAICS) Code for this procurement is 334290 and the size standard is 750 employees. This requirement is for the following: CLIN 0001 ?V 200 Each; Limiter Switches, National Stock Number 5930-01-242-8666, in accordance with the attached specifications and drawings. Delivery is required F.O.B. NSWC Crane 47522 wi thin 270 days after award. Final inspection and acceptance will be at NSWC Crane, IN. Selection for award will be based on past performance and price. As evaluation factors for award, past performance is significantly more important than price. Past performance submissions should include at least three (3) references of customers who have purchased the same or similar items from the offeror. Each reference should include company name, item name/part number, contract number, point of contact, mailing address, phone number, and e-mail address. If possible, the references should be for same or similar items that have been delivered within the past three years. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm-fixed-price contract and will be awarded utilizing Simplified Acqu isition Procedures. Clauses/Provisions: 52.203-3; 52.211-14 (?? DO); 52.211-15; 52.212-1; 52.212-3 Alt 1 [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 no. 812-854-1812); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). Clauses/Provisions in Full Text: Addendum to 52.212-4(g): 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) Des cription, 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 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 00M1, Bldg. 3173, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5002. Addendum to 52.212-4(o): STANDARD COMMERCIAL WARRANTY- 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 inse rt number.) Addendum to 52.212-4: The clause at FAR 52.212-4 has been tailored for this procurement to add the following paragraph:(t) Contractor Performance Reports. The Government may evaluate the performance of the contractor awarded the contract resulting from this solicitation, in accordance with FAR 42.1500. The following performance rating factors will be utilized: Quality, Cost Control, Timeliness of Performance, Business Relations, and Customer Satisfaction. 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 to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD Form 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. 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. Supplementary Instructions: The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. 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 responsib le sources may submit an offer, which will be considered by the agency. Offers may be faxed or e-mailed to Mr. Brian Moellers, FAX: 812-854-3805, e-mail address: moellers_brian@crane.navy.mil. All required information must be received on or before 15 October 2002 at 12:00PM 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.
 
Web Link
To view solicitation and specs
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN00180651-W 20021004/021002213417 (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.