Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2004 FBO #0835
SOLICITATION NOTICE

13 -- 13--12 GAUGE WARNING CARTRIDGE

Notice Date
3/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404R4816
 
Response Due
5/5/2004
 
Archive Date
6/4/2004
 
Point of Contact
Stacy McAtee 8128541988
 
E-Mail Address
Email your questions to point of contact
(mcatee_s@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. This combined synopsis/solicitation can also be viewed at www.neco.navy.mil. Solicitation Number N00164-04-R-4816 is hereby issued as a request for Proposal (RFP). 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 332992 and the size standard is 500 employees. The Government requires 12 gauge warning cartridges, in ranges of 100, 200 and 300 meters. These cartridges are to be manufactured in accordance with th e NSWC performance specification, statement of work and associated drawings which can be downloaded in the attached ZIP file. The quantities are as follows: CLIN 0001 ? Minimum quantity 200 EA / Maximum quantity 500,000 EA; 100-meter warning cartridges. CLIN 0002 ? Minimum quantity 200 EA / Maximum quantity 500,000 EA; 200-meter warning cartridges. CLIN 0003 ? Minimum quantity 4,400 EA / Maximum quantity 500,000 EA; 300-meter warning cartridges. CLIN 0004 ? A quantity of 100 EA Projectiles Delivery is required F.O.B. NSWC Crane 47522 within 60 days after award. Final inspection will be at NSWC Crane, IN. Selection for award will be based on technical, 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 5-year, Firm-Fixed price, Ind efinite 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. 52.203-3; 52.211-14 (DO X /DX); 52.211-15; 52.212-1 (See ?52.212-1 Tailoring? below); 52.212-2 (See ?Evaluation ? Commercial Items? below); 52.212-3 Alt I [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 (see ?52.212-4 Tailoring? below:): 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); 52.216.18 (. . .orders may be issued from date of contract through 5 years after date of contract.); 52.216-19 ((a) Minimum order, 200 EA ( CLINS 0001, 0002), and 4,400 EA 0003); (b)(1) Maximum order, 300,000 EA (CLIN 0001, 0002, & 0003) ; (b)(2) 100,000 EA (CLIN 0001); 70,000 EA (CLIN 0002 & 0003); (b)(3) 30 days; 52.216-22 (. . .Contractor shall not be required to make any deliveries under this contract after 5 years, 60 days after date of contract.); 52.242-15; 252-204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.223-7002; 252.223-7007; 252.243-7002; 252.247-7023. 52.212-1 TAILORING (b) Submission of Offers. (10) The offeror shall include past performance information on 5 of their most recent and relevant contracts for the same or similar items (including contract numbers, points of contact with telephone numbers and other relevant information). (d) Product Samples. The offeror is required to submit a quantity of 65 EA, 100-meter warning cartridges (CLIN 0001); 1 75 EA, 200-meter warning cartridges (CLIN 0002); 65 EA, 300 meter warning cartridges (CLIN 0003) and 50 EA projectiles (CLIN 0004) with their proposal, at no cost to the Government. Sample cartridges will be function tested in 12-gauge military pump-action shotguns, model Mossberg 500A1 with 17-inch barrel length. Offerors shall submit the following documentation along with the product samples: a. Disclosure of the manufacturer, chemical composition, and weight of all energetic materials, including the primer, propellant, pyrotechnic delay and pyrotechnic burst charge. b. Disclosure of the cartridge manufacturer?s specification for the shotgun muzzle elevation angle to achieve a projectile air burst at 15 feet nominal above horizontal at each specified range. Product samples which are not destroyed in testing will not be returned to th e contractor. Product samples are not included as part of the minimum quantity stated for each CLIN. Product samples may be submitted in commercial packaging. EVALUATION--COMMERCIAL ITEMS (JAN 1999) (FAR 52.212-2) (a) The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The offeror?s proposal shall be in the form prescribed by this solicitation and shall contain a response to each of the areas identified which affects the evaluation factors for award. The following delineates the selection process: EVALUATION FACTORS (Phase I & Phase II) Factor 1 ? Technical Factor 2 ? Past Performance Factor 3 ? Price Factor 1 is significantly more important than Factors 2, and 3 combined. Factor 2 is more important than Factor 3. PHASE I -- All interested parties shall submit a quantity of 65 EA, 100-meter warning cartridges (CLIN 0001); 175 EA, 200-meter warning cartridges (CLIN 0002); 65 EA, 300-meter warning cartridges (CLIN 0003) and 50 EA projectiles (CLIN 0004) with their proposal. The product samples will be tested in accordance with paragraph 3.1 through 3.3 of the specification (see ?Performance Rating Criteria? of the SOW). Offerors failing to meet any of the stated requirements of the specification may be considered unacceptable. The offer may not be evaluated further, and may be determined ineligible for award. At the conclusion of the Phase I evaluation, the Government will award a minimum of one Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price contract to the highest rated contractor(s) f or the minimum quantity of 200 EA (for CLINs 0001 and 0002); 4,400 EA (CLIN 0003); and 100 EA (CLIN 0004). A single vendor will be selected at the end of Phase II to receive orders for production quantities. PHASE II -- The Government will perform additional testing (in accordance with paragraphs 3.1 through 3.4 of the specification) on the units to determine which design is the best overall value for the Government. Delivery order(s) for production quantities will be issued to the vendor or vendors determined to be the best value to the Government. Factor 1 ? TECHNICAL ? WARNING CARTRIDGES & PROJECTILES (CLINS 0001-0004) CONFORMANCE IN ACCORDANCE WITH THE NSWC PERFORMANCE SPECIFICATION STATED IN PARAGRAPH 3 OF THE SPECIFICATION. The Government will evaluate and assign a numerical rating for the following technical factors during Phase I: 1. Chambe r pressure 2. Function and casualty 3. Waterproofness 4. Physical 5. Range and Azimuth 6. Projectile Sound Level 7. Cartridge Markings 8. Projectile Light Flash 9. Smoke Cloud 10. Projectile Velocity Factor 2 ? PAST PERFORMANCE. During the source selection process (Phase I and Phase II), 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 provid e 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 sufficient information regarding the offeror?s corporat e history is not 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 subcontractor. Past performance is assessed by the SSA/Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror will be given an adjectival rating on past performance: highly favorable, favorable, neither favorable nor unfavorable, unfavorable, highly unfavorable, or no same or similar history. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will not be rated either favorable or 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 of fer if doing so would result in greater value to the Government in terms of technical performance, quality, reliability, life cycle cost, 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. Factor 3 ? PRICE EVALUATION Price will not be rated but will be considered in determining the ?best value? to the Government. The best value determination may result in the Government being willing to pay a premium for higher technical capability. The price becomes more important as the degree of equality increases between offers. Offerors shall submit pricing in the following format: CLIN QTY YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0001 ? Warning Cartridges, 100 Meter 200 EA (Mi n) 5,000 EA 25,000 EA 50,000 EA 100,000 EA CLIN QTY YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0002 ? Warning Cartridges, 200 Meter 200 EA (Min) 5,000 EA 25,000 EA 50,000 EA 100,000 EA CLIN QTY YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0003 ? Warning Cartridges, 300 Meter 4,400 EA (Min) 5,000 EA 25,000 EA 50,000 EA 100,000 EA CLIN 0004 ? Projectiles QTY 100 EA (Min) YEAR 1 Price will be evaluated using the yearly average unit price for the ordering quantities as listed above for each year. The pricing portion of the contract award will be based on the lowest proposed average unit price for each year (1-5). The Government is not obligated to order beyond the minimum quantity. In order to permit the Government to benefit from the economies of scale, offerors shall permit the Government to interpolate any quantity between 5,000 EA ? 100,000 EA utilizing the prices submitted in the above format. The Government reserves the right to make an award to other than the lowest priced offeror or to the offeror with the highest adjectival technical score if the Contracting Officer determines that to do so would result in the greatest value to the Government. 52.212-4 TAILORING -- The following paragraphs are hereby added to the clause: (o) Warranty. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. 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 of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ \ months. (Offeror is to insert number.) (t) Past performance. The Government will evaluate the performance of the contractor awarded the contract resulting from this solicitation, in accordance with FAR 42.15. The following performance rating factors will be utilized: Quality Cost Control Timeliness of Performance Business Relations Customer Satisfaction 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 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 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 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 sy stem 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. Addendum to 52.212-4: 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 party 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. Fo r 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, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract L ine 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 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. 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 requ irements 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 Ms. Stacy McAtee, Code 1162NS, FAX 812-854-5095. Complete mailing address is: Ms. Stacy McAtee, Code 1162NS Bldg 2521, NSWC Crane, 300 Highway 361, Crane IN 47522-5001 or e-mailed to mcatee_s@crane.navy.mil. All required information must be received on or before 05 May 2004, 2:00 pm 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 survey.
 
Web Link
to download solicitation and attachments
(http://www.crane.navy.mil/supply/04r4816/04r4816.htm)
 
Record
SN00539911-W 20040310/040308223208 (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.