Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2004 FBO #0818
SOLICITATION NOTICE

R -- FLEET BALLISTIC MISSILE TECHNICAL SERVICES

Notice Date
2/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404Q0129
 
Response Due
2/26/2004
 
Archive Date
3/27/2004
 
Point of Contact
MARCIA FERGUSON 812-854-3857
 
E-Mail Address
To email point of contact
(ferguson_marcia@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 13, 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-0129 is hereby issued as a request for quotation (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 541330 and the size standard is $2.5M. This requirement is for the following: CLIN 0001 – Engineering and technical support services in all areas of propellants and rocket motors to include ordnance items, gas generators, explosive safety as well as thrush vector control and c omponent aging for the Trident II (D-5) Fleet Ballistic Missile Program. This will be a sole-source procurement to Stone Engineering Company, 2227 Drake Avenue, Suite 26, Huntsville, Al 35805-5146 because this is the only contractor that possesses the knowledge to perform these services. The Statement of Work can be downloaded at www.crane.navy.mil/supply/announce.htm. The Period of Performance is from award through 30 September 2004. Quotes 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 level-of-effort 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; 52.232-33, 52.232-36) 52.219-6; 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 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 perfor med 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 A125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: NSWC Crane, Vendor Pay, Code 00M1, Bldg 3173, 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—Columbu s 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. The following is hereby added by addendum to 52.212-4: ADD ITIONAL 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 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 ei ghthour 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. 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 Marcia Ferguson, FAX 812-854-2491 or e-mailed to ferguson_marcia@crane.navy.mil. All required information must be received on or before February 26th at 12:00 noon EST. Numbered Note 26 applies. 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
NSWC CRANE WEB PAGE
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016404Q0129/listing.html)
 
Record
SN00527245-F 20040222/040220232422 (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.