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 -- LOW NOISE AMPLIFIER "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
N0016404Q0223
 
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-0223 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. This requirement is as follows: CLIN 0001 ? 10 ea, Low Noise Amplifier, IAW drawing #172AS514. Two (2) each of CLIN 0001 will be utilized for First Article Non-Destructive Testing. If two ea of CLIN 0001 passes the First Article Testing, they will become part of the production lot. Inspection and acceptance will be at source by a Representative of DCMC. The Government, NSWC Crane, reserves the right to witness the First Article Testing with the DCMC Representative. Delivery is as follows: 60 days ARO Site Visit; 90 Days ARO Two First Article units due; 90 Days after Successful Two First Article Test ing of 8 ea 172AS514. Delivery is required F.O.B. Destination. The Government will accept partial deliveries. Inspection and acceptance shall be at source by a representative of DCMC. Selection for award will be based on past performance and price. Along with your offer, provide references from a minimum of three Government/State/Local Agencies in which you have manufactured same./similar items. Quotes that are non-compliant with any material requirement of this solicitation may be rejected 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; 52.219-6; 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].] FIRST ARTICLE APPROVAL CONTRACTOR TESTING (SEP 1989) (FAR 52.209 3) (a) The Contractor shall test 2 unit(s) of Lot/Item(s) 0001 as specified in this contract. At least 30 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within 15 calendar days from the date of this contract to Contracting Officer, NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5001, ATTN: Kathy Noel, Bldg 3330N, Code 1163W2 marked "FIRST ARTICLE TEST REPORT: Contract No. , Lot/Item No. ." Within 15 calendar days after the Government receives the test report, 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 requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of t he Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all of the first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following any disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the c ontract 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 report 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 provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) Before first article approval, 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. (h) 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. Note: The Government will waive the First Article Testing only if the follo wing applies: For companies that have previously manufactured the 172AS514 within the past 10(ten) years and has successfully performed and passed the First Article Testing. 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 MARK ING 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. 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 regist ration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at 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. 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 1 and 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
SN00577013-W 20040501/040429212455 (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.