Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOLICITATION NOTICE

58 -- CONCEPT DEMONSTRATOR CONSOLE AND SPARE PARTS

Notice Date
8/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8531
 
Response Due
8/27/2003
 
Archive Date
9/26/2003
 
Point of Contact
MS SUSIE BURRIS 812-854-3696
 
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-8531 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 333314. This requirement is for the following Barco View LLC Part Numbers and are in accordance with NSWC Requirements Specification (attached): CLIN 0001: 1 Each, Vista 4000 Console-Dual Head (Top-Down), Rack Base, P/N 122732; CLIN 0002: 1 Lot, Spare Parts: P/N 034279, Assem bly Vector Display, 10.4? (1 EA); P/N 122343-06, Video Board, PVS5011 (1 EA); P/N 12250xx3, Cable, PMX/PVX (1 EA); P/N 122542x02, Video Board, PVX-CFG2/Dual (2 EA); P/N 928565, Computer, Rack Mount, ATX 4U (1 EA); P/N 928566, Uninterruptible Power Supply (UPS) (1 EA); P/N K9640042, Display, 21.3?, MRFD354 (2 EA); P/N 928577, Card, AGP4X, Graphics 3D (1 EA); P/N 928596, Power Supply, 24VDC (2 EA); P/N B55179021, Keyboard, Rugged, PS/2 (1 EA); P/N B557915, Trackball, Rugged, PS/2 Assy (1 EA); P/N K9335106, VCM 101/SG (1 EA); P/N Z3491081, Cable, Vector Link (1 EA); CLIN 0003: 1 LOT, Data. Sole Source to Barco View, LLC, 3059 Premier Parkway, Duluth, GA 30097-4905 due to substantial duplication of cost and unacceptable delays in fulfilling the agency?s needs by any other source. Delivery is required F.O.B. destination within 90 days after contract award. Selection for award wil l be based on price and past performance. 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 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. Clauses/provisions: 52.203-3; 52.204-6; 52.211-14 (DO); 52.211-15; 52.212-1 [FILL-IN]; 52.212-3 Alt l [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; (tailor 52.212-4 by adding the following statement to paragraph (a): The Government has 30 days after the receipt of the items to inspect, and reject/accept the items). Add to 52 .212-4(o), Warranty: The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale. 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 fo the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty with its offer. The warranty covers a period of / / months. (Offeror is to insert number of months). 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 (812-854-1841 fax); 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 pa yment 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 Registra tion? 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. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR) 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 announ cement 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 or e-mailed to Susan Burris, FAX 812-854-5066, e-mail address burris_s@crane.navy.mil All required information must be received on or before 2:00 P.M. 8/27/03 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 surve y. See Note 22
 
Record
SN00411717-W 20030827/030825213927 (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.