Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

61 -- REPAIR, IP-1533 POWER SUPPLY

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404Q0228
 
Response Due
5/14/2004
 
Archive Date
6/13/2004
 
Point of Contact
SUZANNE KIXMILLER 812-854-6272
 
E-Mail Address
Email your questions to To email point of contact
(kixmillerks@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 NSWC Crane. 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. Solicitation Number N00164-04-Q-0228 is hereby issued as a request for quotation (RFQ). The proposed contract is being iss ued on a sole source basis to the Original Equipment Manufacturer (OEM), Signal Technology Corporation ? Keltec Operation 84 Hill Avenue NW, Fort Walton Beach Florida 32548-3858, due to lack of technical data and performance specifications for the power supply. 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 335999 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? Evaluation for repair to OEM specifications of IP-1533 Power Supply P/N 62086, NSN 6130-01-437-4481. CLIN 0002 ? Repair asset to OEM specifications. For CLIN 0001, the minimum quantity is 11 each and the maximum quantity is 25 each. For CLIN 0002, the minimum quantity is 0 each and the maximum quantity is 25 each. T his will be a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract with a three-year ordering period and will be awarded utilizing Simplified Acquisition Procedures. The Contracting Officer (KO) will first issue Delivery Orders (DOs) for evaluation only. After the evaluation has been performed, and within 42 days after receipt of the asset to be repaired, the contractor shall submit a firm-fixed price quotation for the repairs to the KO. The quotation shall include a complete cost breakdown including, but not limited to, the following: labor categories/rates, material cost, overhead/G&A/profit, and delivery schedule. Delivery of the repaired asset will be negotiated along with the repair price. Certificate of Conformance is required for each repaired unit. The KO reserves the right to accept the proposal and issue a DO for the repair or have the IP-1533 Power Supp ly returned and only incur the evaluation fee. Partial deliveries will be accepted as material is completed. Material shall be sent via 2-day delivery upon completion. Delivery is required F.O.B. NSWC Crane, IN 47522 within 42 days after award. Final inspection will be at destination. 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. This will be a firm fixed price 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 pro vision MUST be filled out completely and submitted with the offer] 52.212-4; 52-212-5; (incorporating 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33, 52.232-36); 252.204-7004; 252.212-7001), 52.216-18, 52.216-19, 52.216-22, 52.245-01, 52.245-04, 52.246-15, 52.247-34. 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 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 00M1, Bldg 3173, NSWC Crane, 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: ADDITIONAL MARKING INSTRUCTIONS?In ad dition 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 ? NSWC Crane 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 o ur 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 Suzanne Kixmiller, FAX 812-854-1547 (phone 812-854-6272) or e-mailed to kixmillerks@crane.navy.mil. All required information must be received on or before 2004 April 02, 12:00 noon EST. 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 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.crane.navy.mil/supply/homepage.htm)
 
Record
SN00578968-W 20040505/040503212235 (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.