Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

58 -- UPGRADE OF 70 VAPORTRACER2 HAND-HELD EXPLOSIVE DETECTORS (HHED)

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404R8507
 
Response Due
3/31/2004
 
Archive Date
4/30/2004
 
Point of Contact
MS DEBRA MITCHELL 812-854-3346
 
Description
This is a combined synopsis/solicitation for a commercial upgrade/service 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-R-8507 is hereby issued as a Request for Proposal (RFP). This proposed action is sole sourced to GE Ion Track LLC, Wilmington, MA, only one responsible source in accordance with FAR 6.302-1(a)(2). GE Ion Track LLC is the only source capable of performing this upgrade as they are the original equipment manufacturer (OME). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 as well as DCN 20040223. The North American Industry Classification System (NAICS) Code for this procuremen t is 334519 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 – Upgrade of 70 VaporTracor2 (VT2) Hand-Held Explosive Detectors (HHED) to be upgraded from VT2 preconcentrator to VT2 desorber in accordance with Statement of Work. A Firm-Fixed-Price supply type contract is contemplated. Delivery is required F.O.B. destination to NSWC Crane 47522 within 120 days after award. Upon award the Government will ship the 70 existing, previously procured units to the contractor. The Government will perform a final inspection and acceptance test upon receipt of the upgraded unit(s) within 30 days of receipt at NSWC Crane, Indiana. The Government does not intend to have future upgrades to the HHED beyond the 70 units. Selection for award will be based on the Government’s technical requirements, past performance and price. This will be a fixed p rice 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. Statement of Work attached for further details. Clauses/provisions: 52.211-14 (DO A-70); 52.211-15; 52.212-1; 52-212-2; 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 52.219-4; 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 812-854-5006); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). 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 accordanc e 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: 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 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: FAR 52.233-2, Service of Protest; 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 e ffective 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. If a change occurs in this requirement, only those offerors that respond to this announcement within the requi red 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 shall be mailed to Naval Surface Warfare Center Crane, 300 HWY 361, Attention: Ms. Dee Mitchell, Code 1165, Crane, IN 47522-5001 or e-mailed to mitchell_dd@crane.navy.mil. All required information must be received on or before 31 MARCH 2004 at 2:00PM 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 processe s. Please consider taking the time to complete the survey. NOTE #22: All responsible sources may submit an offer which will be considered.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016404R8507/listing.html)
 
Record
SN00541749-F 20040312/040310231723 (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.