Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2004 FBO #0766
SOLICITATION NOTICE

58 -- PAINTING SENSOR UNITS & PCUS

Notice Date
12/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404Q0076
 
Response Due
1/9/2004
 
Archive Date
2/8/2004
 
Point of Contact
MS PHYLLIS HOGGATT 812-854-3688
 
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-0076 applies and is issued as a request for quotation (RFQ). . The proposed contract is 100% set aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16 as well as DCN 20031114. The North American Industry Classification System (NAICS) Code for this procurement is 332812 and the size standard is 500 employees. The requirement is as follows: CLIN 0001AB AN/KAS-1A Sensor Unit min 35 /max 55 EA MANUFACTURED IAW Statement of Work (SOW) 0001AA First Article s Same as CLIN 0001, 1 ea. CLIN 0002 AB Power Conversion Units (PCU) min 25/max 33 EA, 0002 AA First Articles Same as CLIN 0002AB 1 ea. If quantity discounts apply, please provide pricing and quantity breakdown by year. Delivery is required F.O.B. Destination NSWC-CRANE 300 Highway 361, Crane 47522-5001 Mark for BLDG 3291 Code 805J Attn: Warren Owens within 1 week after award for CLIN 0001AA and CLIN 0002AA. Production units after acceptance of first articles, no more than 5 units every 30 days until order is complete beginning 30 days from acceptance of first article for CLIN 0001. CLIN 0002AA no more than 5 units 30 days from award date, with 5 units every month until delivery order is complete. Final inspection will be at NSWC Crane, IN. Selection for award will be based on Past performance and price. 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 indefinite quantity indefinite delivery 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: 52.211-14 (DO/A70); 52.211-15; 52.212-1; 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(Addendum 1: paragraph (a) Inspection and Acceptance at Destination by NSWC-CD representative. Notify Government 5 days prior to testing. Add paragraph (t) Contractor performance reports. The government may evaluate performance of the contractor awarded the contract resulting from this solicitation IAW FAR 42.1500. Factors: Quality, Cost Control, Timeliness of Performance, Business Relations and Customer Satisfaction; 52.212-5 (incorporating 52.203-6, 52.219-8; 52.222-19, 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 812-854-5066); 52.203-03; 52.209-4; 52.223-3; 52.223-7; 52.247-34; 52.242-15; 252.204-7004; 252.212-7001 (incorporating 252.225-7000; 252.2252-7001; 252.225-7012). Other Clauses incorporated in full 52.243-1; 52.209-4 FIRST ARTICLE APPROVAL-GOVERNMENT TESTING (SEP 1989)(a) The Contractor shall deliver 1 unit(s) of Lot/Item LOT 1 CLIN 0001AA & CLIN 0002AA within 7 calendar days from the date of this contract to the Government at NSWC-CD 300 Highway 361 Crane IN 47522-5001 Attn: Warren Owens, Bldg 3291 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 30 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirement of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor upon Government request, shall submit an additional first article for testing. All cost relate to these test are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provid ed in the contract the Contractor- (1) May deliver the approved first article as a part of the contract quality, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor?s expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) fo this clause, the Contracting Officer shall, upon timely written request from the Contractor, euitably adjust under the Changes clause of this contract the delivery of performance dates an/or the contract price, and any other contractual term affected by the delay. (g) The contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article appr oval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. 252.223-7001; 52.211-16; paragraph (b) fill-ins ZERO percent. Applies to all items. Quality assurance IAW ISO-9001 or equivalent; 5252.239-9605; 52.211-14 DO rated order. 52.216-18 paragraph (a) Orders maybe issued from 1 day through 12 months from award date of contract. 52.216-19: paragraph (a) 1 unit; paragraph (b)(1) 55 units for CLIN 0001 Paragraph (b) (2) 33 units for Clin 0002; paragraph (c) 1 month. 52.216-22; 52.223-7; First Article Manufacturing Standard. 52.212-1; Addendum (2) to 52.212-1; Paragraph (d) ?Product samples? is hereby deleted in its entirety. Paragraph (h) ?Multiple Awards? is hereby deleted in its entirety. 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. Therefore, offers proposing less than the entire effort specified herein may be determined to be unacceptable. Add to 52.212-1 Paragraph (b) (10 ) ?Past Performance? as follows: (a) PAST PERFORMANCE; During the selection process, the Government will assess the offeror?s past performance in the evaluation for contract award. Accordingly, each offeror is required to submit a list of up to five of its most recent contracts within the past three years, either completed or on-going, for the same/similar products or services. It is preferred that these contracts be with U.S. government customers, but contracts with other commercial concerns are also acceptable. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Source Selection Authority (SSA) Contracting Officer will evaluate the offeror?s past performance based upon the information furnished by the offeror and/or other information obtained by the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The SSA/Contracting Officer may, however, utilize all available information, including information not provided by the offeror, in the past performance evaluation. The Government reserves the right to review less than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offeror?s past performance rating . If insufficient information regarding the offeror?s corporate history is available, the offeror is encouraged to submit for evaluation evidence of relevant past performance on the part of the offeror?s key/principal employees, as either a prime or sub-contractor. Past performance is assessed by the SSA/Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror wil l be given an adjectival rating on past performance: highly favorable, favorable, neither favorable nor unfavorable, The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer if doing so would result in greater value to the Government in terms of technical performance, quality or lower overall program risk. As a part of the past performance evaluation, the Government will assess the offeror?s previous compliance with the requirements of FAR 52.219-8 and 52.219-9 as applicable. Offerors to provide responses to the following questions: PAST PERFORMANCE a. Subfactor- Quality 1. Describe your ability to meet the SOW for similar units provided under other contracts. 2. Describe how you maintain quality control and your quality assurance sy stem. B. Subfactor ? Customer Satisfaction 1. For each similar and/or identical system provide no more than five previous contracts (US Government contracts preferred), two pointS oF contact, and phone numbers of customers thAn have purchased the units(s) in quantities of at least 5 during the past 12 months. 2. For each similar and/or identical units provide no more than five previous contracts (US Government contracts preferred), points of contract, and phone numbers of customers that you have delivered similar units. Provide information on the similar/identical unit production quantities manufactured during the past 12 months. The Government may use past performance information obtained from sources other than tho se identified by the Offeror and that information may be used for both the responsibility determination and the best value decision. The information may be used to evaluate the Offeror?s past performance in meeting costs/price, technical, delivery objectives and customer satisfaction. The results may be used in the overall comparative evaluation of the offer in accordance with 52.212-2 and addendum. 52.212-2 Addendum: Evaluation: Paragraph (a) Factor: Past Performance and Price. Delete paragraph (b). Add paragraph (d); The Government will evaluate offers for award purposes by adding the total proposed price for CLIN 0001AA: 1 ea CLIN 0001AB, 55 each. Sum of line items. Evaluation of the Maximum quantity shall not obligate the Government to procure more that the minimum quantity. Past performance is significantly more important than price. Price will not be rated, but will be considered in determining the ?best value? to the Government. The price becomes more important as the degree of equality between offeror?s pro posals increase, or when the price is so significantly high as to diminish the value of the technical superiority to the Government . 52.212-3 and 252.212-7000 (Offeror shall complete and return with Offer). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Extablishment Code and Tax Identification Number. 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 @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. 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 s ources may submit an offer, which will be considered by the agency. Offers may be faxed or e-mailed to hoggatt_p@crane.navy.mil, FAX 812-84-5066, e-mail address. All required information must be received on or before (9 JAN 2004 14:00 local time) Eastern Standard Time. NOTES: 1, For Clin 0001 & Cline 0002, the unit price may be shown at line item level and total amounts shown at subline item level when all subline items are identically priced. 2. List your Commercial and Government (CAGE) Code and Contractor Establishment Code in first page of offer. 3. The agency authorized to place delivery orders against this contract is: Crane Division, Naval Surface Warfare Center (NAVSURFWARCENDIV Crane or NSWC-CD), Crane, IN 47522. 4. Delivery orders will be placed against this contract by the Government using a DD 1155 format. 5. Delivery orders placed under this contract wil l be placed by the Government no later than 12 months form award date of contract. 6. Failure of the Government to order such items in the amounts or quantities described in the Schedule as estimated or maximum will not entitle the contractor to any equitable adjustment in price. 7. Proposals for less than the maximum quantities solicited will be considered unacceptable. Offerors must submit a proposals for all SUBCLINS to be considered for award. 8. In order to expedite payment it is requested that contractor submit billing using a DD250. 10. It is requested that technical questions concerning this procurement be submitted, via electronic mail not later than 2:00 Pm EST on 9 Jan 2003 submitted to the following e-mail address: hoggatt_p@crane.navy.mil. FIRST ARTICLES ? ADDITIONAL INFORMATION ? (5303) The first article units, if required, may not be delivered as part of the contract production quantity (see FAR clause 52.209-4) EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (a) As part if 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 the final contract closeout. The term ?residual dollar amount? shall include all money that would otherwise be owed to either part 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 extend permitted by law. (b) This agreement to waive entitle ment to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either part associated with collected such small dollar amounts has been considered by both parties. It is agreed that the administrative cost for either part associated with collected such small dollar amounts could exceed the amount to be administrative costs for either part associated with collected such small dollar amounts could exceed the amount to be recovered.
 
Record
SN00497422-W 20040102/031231211910 (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.