Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOLICITATION NOTICE

59 -- Electronics

Notice Date
12/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404Q0068
 
Response Due
12/29/2003
 
Archive Date
1/28/2004
 
Point of Contact
Bob Russell 8128541450
 
E-Mail Address
Email your questions to point of contact
(russell_r@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 N00164-04-Q-0068 is hereby issued as a request for quotation (RFQ). The proposed contract is NOT set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 as well as DCN 20030620. The North American Industry Classification System (NAICS) Code for this procurement is 334318 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? 16 Each, 32K Programmable Read Only Memory, In Accordance With (IAW) MILSPEC Drawing 8200801JA. CLIN 0002 - 88 Each, Programmable Memory, IAW MILSPEC Drawing 5962-8873402LA. CLIN 0003 - 5000 Each, Programmable Memory IAW MILSPEC Drawing 5962-8867001LA. In each of the 3 line items the devices must be from the original manufacturer, or the original manufacturer?s distributor. If they are not from original manufacturer, or their direct distributor, the devices must be accompanied by an original manufacturer?s certificate of conformance. If not, electrical testing must be performed on all devices per MIL-STD-883, Method 5005, subgroups 1, 7 and 9 (static, functional, and switching @ 25 Degrees centigrade with test data supplied with the parts). Delivery is required F.O.B. NSWC Crane, IN 47522 within 30 days after award. Final inspection will be at destination. Selection for award will be based on past performance and price. Quotes that are non-compliant with any material requirement of th is 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: 52.211-14(DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] [NOTE: Paragraph (b) does not apply. This provision MUST be filled out completely and submitted with the offer] 52.212-4; 52-212-5; (incorporating 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, 52.232-36); 252.204-7004; 252.212-7001). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). The Co ntractor 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, NSWC Crane, 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 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. 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 deli verable 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-- NSWC Crane 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 NSWC Crane 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 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 submitted to Bob Russell, Voice, 812-854-1450, FAX 812-854-1175 or e-mailed to russell_r@crane.navy.mil. All required information must be received on or before 12 Noon EST 12/29/2003. 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 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
(http://www.crane.navy.mil/supply/synop/04Q0068.htm)
 
Record
SN00493259-W 20031221/031219212811 (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.