Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

66 -- ASIT MJ-08 MINI-JAM AND ACCESSORIES

Notice Date
6/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404R6644
 
Response Due
6/14/2004
 
Archive Date
7/14/2004
 
Point of Contact
DIANE RHEIN 812-854-2938
 
E-Mail Address
Email your questions to To email point of contact
(rhein_d@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 synopses 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-R-6644 is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses ar e those in effect through Federal Acquisition Circular 2001-23 as well as DCN 20040513. The North American Industry Classification System (NAICS) Code for this procurement is 334220 and the size standard is 750 employees. The Navy requires Applied Signal and Image Technology, Inc. (ASIT) Brand Name Only for the following: CLIN 0001 ? 1 lot ASIT MJ-08A upgrade to ASIT MJ-08B IAW Requirements Document. The document may be obtained by contacting Diane Rhein at 812-854-2938, fax number 812-854-5666 or e-mail rhein_d@crane.navy.mil. CLIN 0002 ? 6 each Upgrade MJ-08A to MJ-08B (MJ-08As will be provided as GFM). CLIN 0003 ? 17 each MJ-08B Mini-Jammer Portable. CLIN 0004 ? 14 each MJ-08-AC (AC/DC Power Module with Cables). CLIN 0005 ? 20 each 10 FT RG 400 N to N RF Cable. CLIN 0006 ? 20 each 25 FT RG 400 N to N RF Cable. CLIN 0007 ? 20 each 50 FT RG 400 N to N RF cable. CLIN 0008 ? 10 each MJ-08-LPA (Collapsible Log Periodic Antenna, 150 MHz ? 2000 MHz with 50? cable). CLIN 0009 ? 3 each Automatic tuning wire antenna 20 to 200 MHZ. CLIN 0010 ? 2 each Upgrade Kits for MJ-08A. CLIN 0011 ? 2 each MJ-08 TRNG (Training). Option CLIN 0012 - warranty / maintenance for year 2 (following one-year warranty period). The following items shall be delivered F.O.B. Information Operations Command, ATTN: Capt William Fitzhugh, 8825 Beulah Street, Fort Belvoir, VA 22060-5245: 6 of CLIN 0003 items; 3 each of CLIN 0004, CLIN 0005, CLIN 0006, CLIN 0007 and CLIN 0008 items; all of CLIN 0009 and CLIN 0011. All remaining items shall be delivered F.O.B. ITSFac, Attn: MSgt Kelley 3931 Jefferson Davis Highway, Stafford VA 22554 within 120 days after award. Final inspection will be at Fort Belvoir and ITSFac Stafford VA. Selection for award will be based on past performance and price f or offerors proposing the exact brand name items specified. Offers 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 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 #); 52.242-15; 252.204-7004 Alt A; 252.2 12-7000; 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 discoun t 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, 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 registe r 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; EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)--(a) As part of the negotiated fixed price or total estimated amount of this contract, both the Government and the Contractor have agre ed to waive any entitlement that otherwise might accrue to either party in any residual dollar amount of $500 or less at the time of final contract closeout. The term "residual dollar amount" shall include all money that would otherwise be owed to either party at the end of the contract except that, amounts connected in any way with taxation, allegations of fraud and/or antitrust violations shall be excluded. For purposes of determining residual dollar amounts, offsets of money owed by one party against money that would otherwise be paid by that party may be considered to the extent permitted by law. (b) This agreement to waive entitlement to residual dollar amounts has been considered by both parties. It is agreed that the administrative costs for either party associated with collected such small dollar amounts could exceed the amount to be recovered. ADDITIONAL MARKING INSTRU CTIONS-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 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 ES T. 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. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal 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 M. A. Wathen, FAX 812-854-5666 or e-mail wathen_m@crane.navy.mil. All required information must be received by 12:00 noon EST on 14 June 2004. Our mission is to provide qual ity and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors, which 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
SN00598468-W 20040606/040606111548 (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.