Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

59 -- RUGGEDIZED PERSONAL COMPUTER/DISPLAY UNIT

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R6724
 
Response Due
6/4/2003
 
Archive Date
7/4/2003
 
Point of Contact
DIANE RHEIN 812-854-2938
 
E-Mail Address
Email your questions to To email Point of Contact
(rhein_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 N00164-03-R-6724 is hereby issued as a Request for Proposal (RFP). This requirement is being procured on a sole-source basis from Advanced Processing Labs (AP Labs), 16868 Via Del Campo Court, Suite 100, San Diego, Ca, 92127-1716, the Original Equipment Manufacturer (OEM), because AP Labs is the only one known source for items that can satisfy the Government?s requirements, and it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. Numbered Note 22 applies. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 as well as DCN 20021122. The North American Industry Classification System (NAICS) Code for this procurement is 334111 and the size standard is 1,000 employees. This requirement is for the following: CLIN 0001 ? 3 each Ruggedized Personal Computer/Display Unit (RPC/DU) Part Number FS-8606-TDC-A3; CLIN 0002 ? 3 each spare Flat Panel Display Assembly (FPDA), Part Number 1Z496-5102738-1; CLIN 0003 ? 1 each Cable Assembly Set; CLIN 0004 (Option) ? 4 each RPC/DU?s, Part Number FS-8606-TDC-A3; and CLIN 0005 (Option) ? 4 each FPDA, Part Number 1Z496-5102738-1. The options may be exercised as follows: Option 1-Within 6 months contract award, Option 2 - Within 12 months contract award, Option 3 ? Within 18 months contract award, Option 4 ? Within 24 months contract a ward. The requirements for the RPC/DU?s, the FPDA?s, and the Cable Assembly Set are described in the attached Statement of Work (SOW) and Contract Data Requirements List (CDRL) which can be downloaded at www.crane.navy.mil. The contractor shall have a quality system process compliant with ISO-9000 or equivalent. Certificates of Conformance are required. The Required Delivery Schedule is described in Attachment 2: ?Required Delivery Schedule? which can be downloaded at www.crane.navy.mil. Final inspection will be at NSWC Crane, IN. 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 with options and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warr anty provided such warranty is available at no additional cost to the Government. 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 (812-854-3465); 52.242-15; 52.243-1; 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, Contractor Establishment Code 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 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 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 A125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, 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 o f 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 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 t he 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 eighthour 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. 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 cha nges/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 Diane Rhein, FAX 812-854-3465 or e-mailed to rhein_d@crane.navy.mil. All required information must be received on or before 4 JUN 2003 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
NSWC Crane's web page
(http://www.crane.navy.mil/supply/03r6724/03r6724.htm)
 
Record
SN00330042-W 20030523/030521213943 (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.