Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

69 -- SYSTEM UPGRADE

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403Q0234
 
Response Due
6/20/2003
 
Archive Date
7/20/2003
 
Point of Contact
Brenda Wood 8128543858
 
E-Mail Address
Email your questions to point of contact
(wood_bk@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This requirement is being solicited on a sole source basis from Northrop Grumman PRB Systems, Ind., 43865 Airport View Dr., Hollywood, MD 20636-3109. Northrop Grumman has the proprietary data/expertise required to provide upgrade of this equipment. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N00164-03-Q-0234 applies and is issued as a request for quotation (RFQ). The Total Small Business Set Aside is hereby dissolved in accordance with FAR 13.105. This solicitation document and 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 is 334511 and the business size standard is 750 employees. This requirement is as follows: CLIN 0001 - 1 each AN/SLQ-32(V) Operational Training Device Upgrade Model 88006-10001-001 in accordance with attached Statement of Work (SOW). The SOW is available for downloading in PDF format. A Certificate of Conformance is Required. Delivery is required F.O.B. Destination within 120 days after award. Final inspection will be at NSWC Crane. Selection for award will be based on past performance and price. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. Along with your offer, provide references from a minimum of three Government/State/Local Agencies in which you have provided same/similar upgrades. All respo nsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.213-4 (incorporating 52.247-34; 52.204-6; 52.209-6; 52.211-5; 52.211-14 (DO); 52.211-15; 52.222-22; 52.232-23; 52.232-36; 52.242-15; 52.242-17; 52.243-1; 52.246-1; 52.246-16; 52.252-2; 252.204-7001; 252.204-7003; 252.204-7004; 252.225-7001; 252.225-7002; 252.225-7009; 252.225-7017; 252.225-7036; 252.225-7043; 252.243-7001; 252.246-7001; 252.247-7023 Alt III). NOTE: The following provisions MUST be filled out completely and submitted with the offer: 52.207-4 [FILL-IN]; 52.219-1 [FILL-IN]; 52.222-18 [FILL-IN]; 52.222-25 [FILL-IN]; 252.225-7000 [FILL-IN]; 252.225-7035 [FILL-IN]. Government Bankcard PAYMENT Instructions ? Payment under this order is to be made by a third party as indicated by FAR 52.232-36, located elsewhere herein. Upon shipment of supplies or completion of services, the contractor shall contact the government bankcard holder (See DD Form 1155, blk 6) and request the government cardholders account number and expiration date. The contractor shall then request authority for payment from the third party in accordance with FAR 52.232-36(b). Documentation of each charge against the account shall be provided to the bankcard holder (See DD Form 1155, Blk 6). The contractor shall not reveal the purchase card number on any shipping/packing documents. 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. All packages and shipping pape rs shall be marked with the order number to permit effective receipt processing and timely payment. 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 authori zed 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. Please provide your Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number and Taxpayer Identification Number (TINs). 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 at 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/am endments and considered for future discussions and/or award. Offers may be faxed to Brenda Wood, FAX 812-854-5630 or e-mailed to wood_bk@crane.navy.mil. All required information must be received on or before 3:00 Eastern Standard Time. See Note 22 and 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
to download solicitation and SOW
(http://www.crane.navy.mil/supply/03q0234/03Q0234.htm)
 
Record
SN00341018-W 20030607/030605213637 (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.