Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2004 FBO #0887
SOLICITATION NOTICE

58--58 -- UPGRADE FROM A WJ-8607 TO A WJ-8607N1 "Synopsis/Solicitation"

Notice Date
4/29/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404Q0222
 
Response Due
5/14/2004
 
Archive Date
6/13/2004
 
Point of Contact
KATHY NOEL 812-854-3692 Noel, Kathy, Code 1163W2, Tel 812-854-3692, Fax 812-854-3805 or e-mail noel_k@crane.navy.mil
 
E-Mail Address
Email your questions to Click here for POC
(noel_k@crane.navy.mil)
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. This is a combined synopsis/solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 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-0222 applies and is issued as a request for quotation (RFQ). T his solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code is 334511 and the business size standard is 750 employees. The Small Business Set-aside is hereby dissolved in accordance with FAR 6.302. This requirement is as follows: CLIN 0001 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 780 to P/N 8607N1; CLIN 0002 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 785 to P/N WJ-8607N1; CLIN 0003 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 786 to P/N WJ-8607N1; CLIN 0004 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 787 to P/N WJ-8607N1 ; CLIN 0005 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 788 to P/N WJ-8607N1; CLIN 0006 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 790 to P/N WJ-8607N1; CLIN 0007 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 798 to P/N WJ-8607N1; CLIN 0008 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 781 to P/N WJ-8607N1; CLIN 0009 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 784 to P/N WJ-8607N1; CLIN 0010 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 789 to P/N WJ-8607N1; CLIN 0011 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 791 to P/N WJ-8607N1; CLIN 0 012 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 793 to P/N WJ-8607N1; CLIN 0013 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 794 to P/N WJ-8607N1; CLIN 0014 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 797 to P/N WJ-8607N1; CLIN 0015 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 799 to P/N WJ-8607N1; CLIN 0016 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 543 to P/N WJ-8607N1; CLIN 0017 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 546 to P/N WJ-8607N1; CLIN 0018 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 544 to P/N WJ-8607N1; CLIN 0019 ? 1 ea, Upgrade/Modification of a DRS Signal Solutions, Radio Receiver, from P/N WJ-8607, S/N 545 to P/N WJ-8607N1. Note: After upgrade/modification is completed, the contractor shall assign a new serial number (S/N) to each unit. Delivery is required F.O.B. Destination within 180 days after award. The Government will accept partial deliveries. Inspection and acceptance shall be at source by a Representative of DCMC. This requirement is being issued as a sole source to DRS Signal Solutions, 700 Quince Orchard Road, Gaithersburg MD 20878-1794. The Government does not possess the necessary drawings/specifications to allow for open competition. DRS Signal Solutions is the original equipment manufacturer and has the required proprietary data. Selection for award will be based on past performance and price. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.213-4 (incorporating 52.247-34; 52.204-6; 52.209-6; 52.211-5; 52.211-14 (DO); 52.211-15; 52.222-19; 52.222-22; 52.232-23; 52.232-36; 52.242-15; 52.242-17; 52.243-1; 52-245-01; 52-245-04; 52.246-1; 52.246-16; 52.247-34; 52.252-2; 252.204-7001; 252.204-7003; 252.204-7004; 252.225-7001; 252.225-7002; 252.225-7005; 252.225-7012; 252.225-7031252.225-7037; 252.225-7043; 252.243-7001; 252.246-7000; 252.246-7001; 252.247-7023 Alt III). NOTE: The following provisions MUST be filled out completely and submitted with the offer: 52.207-4 [FILL-IN]; 52.219-1 [FILL-IN]; 52.222-18 [FILL-IN]; 52.222-25 [ FILL-IN]; 252.225-7000 [FILL-IN]; 252.225-7036 [FILL-IN].] GOVERNMENT BANKCARD PAYMENT INSTRUCTIONS ? Payment under this order is to be made by a third party as indicated by FAR 52.232-36, located elsewhere herein. Upon shipment of supplies or completion of services, the contractor shall contact the government bankcard holder (See DD Form 1155, blk 6) and request the government cardholders account number and expiration date. The contractor shall then request authority for payment from the third party in accordance with FAR 52.232-36(b). Documentation of each charge against the account shall be provided to the bankcard holder (See DD Form 1155, Blk 6). The contractor shall not reveal the purchase card number on any shipping/packing documents. ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be acc ompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container. All packages and shipping papers shall be marked with the order number to permit effective receipt processing and timely payment. 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. 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 Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 ASSIGNED. Please provide your Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number and Taxpayer Identification Number (TINs). 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 at www.ccr.gov. If a chang e 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. Offers may be faxed to Kathy Noel, FAX 812-854-3805 or e-mailed to noel_k@crane.navy.mil. All required information must be received on or before 14 May 2004 at 4:00 PM Eastern Standard Time. See Note 22and 26. 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 synopsis/solicitation
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN00577012-W 20040501/040429212454 (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.