Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

59 -- SPARE/REPAIR PART COMPONENTS FOR THE OPERATIONAL READINESS TEST SYSTEM (ORTS) BASELINE 7.1 DATA TERMINAL SETS (DTS)

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8912
 
Response Due
6/3/2003
 
Archive Date
7/3/2003
 
Point of Contact
Shirley Littrell 8128541947
 
E-Mail Address
Email your questions to point of contact
(littrell_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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-03-R-8912 is hereby issued as a Request for Proposal (RFP). 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 334515 and the size standard is 500 employees. This requirement is restricted to Litton Industries, 10770 Wateridge Circle, San Diego, CA 92191-9050. This requirement is for the following CLIN 0001 Spare/Repair Part Components for the ORTS, Baseline 7.1 DTS , 1 LO. Equip ment List can be downloaded in PDF format. Delivery is required F.O.B. Destination. to the 3 shipping destinations listed on the Equipment list breakout within 6 months after award. Inspection and acceptance at contractors plant by DCMA QAR. Selection for award will be made after the offer is determined to meet all technical requirements, the contractors is determined to be responsible and the price is determined to be fair and reasonable. Offers that are non-compliant with any material requirements 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 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. STANDARD COMMERCIAL WARRA NTY (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 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, NOTE: 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 52.203-6 Alt 1, 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 #812-854-1841); 52.242-15; 52.243-1; 52.247-34; 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. 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 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. 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 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; DD 1155 Order for Supplies or Services ? Blk 15. ADDITITOINAL 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 time 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. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging and packing is authorized unless otherwise specified. 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 regis tered 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 Shirley D. Littrell, FAX 812-854-1841 emailed to Littrell_S@crane.navy.mil. All required information must be received on or before 2:00 PM 06/03/03 Eastern Standard Time. Numbered Note 22 applies. Our mission is to provide quality and responsive survey of our vendors. This survey may be found on the World Wide Web at the following addres s: http://www.cran.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 download synopsis and attachments
(http://www.crane.navy.mil/supply/03r8912/03R8912.htm)
 
Record
SN00334413-W 20030531/030529213641 (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.