Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2003 FBO #0751
SOLICITATION NOTICE

58 -- SUBMERSIBLE MONOCULAR NIGHT VISION SYSTEM AND SUBMERSIBLE BINOCULAR NIGHT VISION SYSTEM

Notice Date
12/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8533
 
Response Due
12/19/2003
 
Archive Date
1/18/2004
 
Point of Contact
MS VONDA POLLOCK 812-854-3683
 
E-Mail Address
Email your questions to To reach point of contact
(pollock_v@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-8533 is hereby issued as a request for Proposal (RFP). This action is sole sourced Litton EOS, Tempe AZ, only one responsible source in accordance with FAR 6.302-1(a)(2). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 as well as DCN 20030821. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees. This requirement is for the following: Note Min quantity 499/max 700 for combined quantity of CLINS 0001 and 0002. CLIN 0001 Submersible Monocular Night Vision Systems without helmet mount. CLIN 0002 Submersible Monocular Night Vision Systems with helmet mount. Note Min quantity 499/max 700 for combined quantity of CLINS 0003 and 0004. CLIN 0003 Submersible Binocular Night Vision Systems without helmet mount. CLIN 0004 Submersible Binocular Night Vision Systems without helmet mount. All systems are required to meet the 66? submersibility requirement. Systems manufactured Performance Specification IAW NAVSEA MX-10160WG (AN/PVS-15A) MX-10160WG as modified for AN/PVS-15A(available at this site). Delivery of 50 units combined quantities CLIN 0001 and CLIN 0002 and 50 units Combined quantity of CLIN 0003 and 0004 is required F.O.B. NSWC Crane 47522 within 90 days after award of delivery order with subsequent deliveries of 50 units every month until order is complete. Pricing is to inc lude Freight. Offerors are to proposed quantity pricing from 1 to 700 units on a five-year basis (Section ?B? may be used for pricing). Final inspection and acceptance will be at NSWC Crane, IN. Selection for award will be based on compliance with technical requirements, past performance and price. This will be a fixed price contract. 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: 52.211-14 (DO A70); 52.211-15; 52.212-1 NOTE: FAR 52.212-1 ADDENDUM as follows: Paragraph (b) (4) is hereby modified to the following: This acquisition will allow for singe award for submersible monocular night vision system, submersible binocular night vision system and data. Past Performance may be submitted via email to pollock_v@crane.navy.mil p rior to the close of the solicitation. Add to Paragraph (b) (10) " Past Performance" as follows: (a) PAST PERFORMANCE: (Offeror need to respond to the following past performance questions.) 1. Describe your ability to meet the performance specification requirements, especially the 66? submergibility requirement, for same/similar systems provided under other contracts. 2. Describe how you maintain quality control and your quality assurance system. 3. Describe your system(s) standard warranty, including items covered and excluded and length of warranty. Discuss the length of coverage and how it relates to expected system reliability. Provide historical information on units returned and repaired under warranty ie: number of units, failure/problems, if warranty covered and resolution. 4. For each similar and/or identical system provide no more than three previous contract s (US Government contracts preferred), two points of contact, and phone numbers of customers that have purchased the system(s) in quantities of at least 50 during the past 12 months. (Provide this information for each SBNVS and SMNVS unit.) (c). Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Paragraph (d) "Product Samples" is hereby deleted. Paragraph (h) "Multiple awards" is hereby deleted. Replace With: SINGLE AWARD FOR ALL ITEMS Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. There fore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. Add to Paragraph (i) as follows: The Department of Defense Index of Specifications and Standards (DoDISS) has made available to DoD and non-DoD customers all current standards and specifications, including all Data Item Descriptions (DIDs). Complete indexes are also available, complete subscription, ordering, and pricing information is available from the Defense Printing Service Web Page at http://www.dtic.mil/dps-phila/. Add to Paragraph (j) "Data" as follows: Offeror may provide data in a digital format and/or using electronic online access. END OF ADDENDUM FAR 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 .203-6, 52.219-8; 52.219-9; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13 DEVIATION 52.225-13 DEVIATION; 52.232-33); 52.215-05 (fax # 812-854-5066); 52.216-18 paragraph (a) orders may be issued from 1 day to 60 months; 52.216.19 paragraph (a) fill in 1 units. Paragraph (b)(1) fill in 700 units. Paragraph (b)(2) 700 units. Paragraph (3) 1 month. 52.216-21 fill in paragraph (f) delivery of the last delivery order issued under this contract. 52.223-3; 52.223-7; 52.227-1 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.202-7000; 252.219-7003; 252.219-7004; 252.225-7001; 252.225-7002; 252.225-7012; 252.225-7014; 252.227-7015; 252.227-7037; 252.243-7002; 252.247-7023; 252.247.7024). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). 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 Pa yment 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 pa yment 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 1449 Solicitation/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest; 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 par ty at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud 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 collected such small dollar amounts could exceed the amount to be recovered. 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, shi pping 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-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 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 FAX 812-854-5066 or e-mailed to pollock_v@crane.navy.mil. All required information must be received on or before 19 DEC 2003 2:00 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 vendo rs. 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. Note # 22: All responsible sources may submit an offer which will be considered.
 
Record
SN00490755-W 20031218/031216212549 (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.