Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

93 -- MODIFY PHENOLIC MOLDED PARTS

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164, Code 1162, Bldg. 2521, 300 Highway 361, Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404Q0225
 
Response Due
5/28/2004
 
Archive Date
6/28/2004
 
Point of Contact
RON SMITH, PURCHASING AGENT 812-854-1679 FAX 812-854-3762 OR 812-854-5095
 
E-Mail Address
Email your questions to Click here to contact the Purchasing Agent
(smith_rg@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-0225 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 332710 and the business size standard is 500 employees. This requirement is as follows: CLIN 0001 ? Modify 16,900 government furnished molded nozzles per drawing 3682AS102 to the requirements of drawing 3682AS111, extended nozzle machined per enclosure (1). Notes 3 and 4 in drawing 3682AS111 do not apply. To request drawings and enclosure contact Ron Smith at the e-mail address listed in this solicitation. Delivery is required F.O.B. Destination in accordance with delivery schedule on enclosure (1). Final inspection will be at NSWC Crane. Selection for award will be based on past performance, delivery, and price, with special preference given to vendor that h ave specifically machined 32633/SI 18 Phenolic molded parts due to the fragility of this part. 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/C9E); 52.211-15; 52.219-6; 52.222-19; 52.222-22; 52.232-23; 52.242-15; 52.242-17; 52.243-1; 52.246-1; 52.246-16; 52.252-2; 252.204-7001; 252.204-7003; 252.204-7004; 252.225-7001; 252.225-7002; 252.225-7005; 252.225-7012; 252.225-7031; 252.225-7037; 252.225-7043; 252.243-7001; 252.246-7001; 252.247-7023 Alt III). NOTE: The following provisions with a ?F ill-in? 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]. 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 Pa y 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. 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 inform ation to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The invoice shall be clearly marked as ?original invoice? and all required information submitted to the address(es) listed herein. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages and invoices 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 sche duled 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), 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 chan ge 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 Ron Smith, Desk 812-854-1679, FAX 812-854-3762 or e-mailed to mailto:smith_rg@crane.navy.mil. Complete mailing address is Mr. Ron Smith, Code 1162N2 Bldg 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane IN 47522-5001. All required information must be received on or before 12:00 PM Eastern Standard Time on 28 May 2004. See Notes 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 com ments 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
Click here to download synopsis
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN00583303-W 20040512/040510212419 (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.