Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2002 FBO #0341
SOLICITATION NOTICE

15 -- AEROSTAT SYSTEM

Notice Date
11/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R6723
 
Archive Date
12/25/2002
 
Point of Contact
Don Feaster 812-854-5704
 
E-Mail Address
Email your questions to To email Point of Contact
(feaster_d@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-6723 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 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing), and the size standard is 750 employees. This solicitation is set-aside for small business concerns (i.e., fewer than 750 employees). This requirement is for the foll owing: CLIN 0001, 1 EA Lighter-Than-Air (LTA) Mobile Platform System, TCOM 15-Meter Aerostat System or Equivalent. See attached Statement of Work/Salient Characteristics for salient physical, functional and/or performance characteristics. This is a Brand Name or Equal purchase description which can be downloaded at www.crane.navy.mil/supply/announce.htm. (See FAR 52.211-6, ?Brand Name or Equal.?) Delivery is required F.O.B. Building #8000, NSWC Glendora Lake Facility, 2288 East County Road 300 North, Sullivan, IN, 47882, within 120 days after award. CLIN 0002, Option, 1 EA Spare Tether. CLIN 0003, Option, 1 EA Spare Flexible Structure. CLIN 0004, Option, 1 EA Spare system support kit (Contractor shall identify the recommended support items and their prices with proposal). The acceptance period will be 30 days after receipt at destination. Early deliveries are acceptable at no a dditional cost to the Government. The contractor will not be required to install the aerostat system. Preliminary inspection will be conducted at contractor?s facility, and final inspection and acceptance will be conducted at Building #8000, NSWC Glendora Lake Facility, 2288 East County Road 300 North, Sullivan, IN, 47882. Selection for award will be based equally on past performance and price for offers that meet or exceed all listed salient characteristics. Offers that are non-compliant with any requirements of this solicitation may be rejected without further consideration for award. All options will be included in the price evaluation. Used mooring system equipment may be substituted for new mooring system equipment, provided the standard manufacturer?s warranty applies and all new equipment specifications are met. (Note: A used flexible structure (balloon) will not be cons idered.) Used equipment will be evaluated as a price-related factor based on the estimated life remaining. This will be a firm-fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. 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. The Contractor shall provide a Certificate of Conformance (COC) with all hardware deliverables. The COC shall document compliance with all salient characteristics and specification requirements. The Contractor shall provide documentation specified in the SOW. A factory acceptance test shall be required at the Contractor?s facility, which demonstrates the system?s ability to meet the performance parameters specified in the Statement of Work (SOW). The Contractor shall provide training at the Contractor? s facility for a minimum of three and maximum of four people, consisting of one each inflation and deflation, with launch and recovery of the system to altitude. The Contractor shall be ISO 9000 compliant. The Contractor shall provide telephone technical support during the contractor?s normal business hours, for the duration of the warranty period. OPTIONS: Options will be included in the price evaluation. Proposals shall include prices for the following: CLIN 0001, LTA Mobile Platform System, TCOM 15-Meter Aerostat System or Equivalent, in accordance with NSWC Crane SoW/Salient Characteristics. ($__________) CLIN 0002, Option - Spare Tether. ($__________) CLIN 0003, Option ? Spare Flexible Structure. ($__________) CLIN 0004, Option ? Spare system support kit. Note: the contractor shall identify the recommended support items within 30 days of award of contract for the syste m ($_________). To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Clauses/provisions: 52.203-3; 52.211-14 (DO X ); 52.211-15; 52.212-1; 52.212-2 (Evaluation); 52.212-3 Alt 1 [FILL-IN] (NOTE: Offeror needs to click on this link and complete all ne cessary Representations and Certifications and forward with proposal; this provision MUST be filled out completely and submitted with the offer; Paragraph (b) of 52.212-3 is not applicable); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-6; 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 (812-854-1178 fax #); 52.217-5; 52.219-1; 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). The offeror shall provide its Commercial and Government Entity (CAGE) Code, DUNS Number, and Tax Identification Number. 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 n umber 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 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, NSWC Crane, 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 Solicitat ion/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. Addendum to 52.212-4: 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 contractor's expense. BUSINESS HOURS-Cra ne 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 fra ud 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 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 collecting such small dollar amounts could exceed the amount to be recovered. 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 f rame 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 Mr. Don Feaster, FAX 812-854-1178 or e-mailed to feaster_d@crane.navy.mil. All required information must be received on or before 25 November 2002, 2:00 p.m. Eastern Standard Time. See Numbered Note 26. 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
NSWC Crane's web address
(http://www.crane.navy.mil/supply/02r6723/03R6723.htm)
 
Record
SN00200934-W 20021108/021106213521 (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.