Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

61 -- ELECTRICAL EQUIPMENT

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404R6940
 
Response Due
7/7/2004
 
Archive Date
8/6/2004
 
Point of Contact
ROGER BRETT 812-854-5269
 
E-Mail Address
Email your questions to To email point of contact
(brett_r@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. This solicitation is set aside 100% for Small Business concerns. The North American Industry Classification System (NAICS) Code for this procurement is 334513 and the size standard is 500 employees. Solicitation Number N00164-04-R-6941 is hereby issued as a Request for Proposals. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 as well as DCN 20040513. The Navy requires one each altitude/temperature chamber as follows: CLIN 0001 ? 1 EA altitude/temperature chamber in accordance with the Specifications that are included as attachment (1) to this synopsis/solicitation found at www.crane.navy.mil/supply/homepage.htm. Delivery is required F.O.B. NSWC Crane 47522 no later than 150 days from the effective date of contract. Prior to shipment of the unit to NSWC Crane from the contractor's facility, the contractor shall arrange for a visit by the NSWC Crane technical activity to view the chamber in operation. Final inspection and acceptance will be at N SWC Crane, IN with 15 days of receipt of the chamber. Source selection will be based on past performance and price. Past performance is more important than price and consists of two subfactors: (a) customer satisfaction with the quality of the product; and (b) customer satisfaction with the operation of the product. Evaluation of price will consist of the price of the unit and evaluation of proposed warranties as a price-related factor. (See attachment "Contractor Performance Data" for proposal requirements.) Offerors 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 a t 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 52.219-6; 52.219-14; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-29; 52.232-33); 52.215-05 (812-854-5666); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). CONTRACT FINANCING (5808) - The Government will make available to the contractor funds to finance performance of any contract awarded as a result of this solicitation. Financing terms are as follows: An advance payment of 15% of the contract price may be invoiced following award of the contract. Delivery payments shall be made only for completed supplies and services accepted by the Government in accordance with the terms of the contract. An advance payment or interim payment under this clause is a contract financing payment under the Prompt Payment clause of this contract and approved request shall be paid within 30 days of submittal of a proper request for payment. Contractor?s requests for advance or interim payments shall contain the following and shall be submitted to the Procuring Contracting Officer for approval. (1) The name and address of the Contractor; (2) The date of the request for payment; (3) The contract number and/or other identifier of the contract; (4) An itemized and totaled statement of the items, payment amount, and month for which payment is being requested. The advance and interim payments shall be liquidated by deducting from the delivery payment the total unliquidat ed amount of advance and interim payments made. The liquidation amount shall be clearly delineated in the request for delivery payment submitted by the Contractor. Liquidation of the advance and interim payments is predicated upon acceptance of CLIN 0001. To be eligible for Government financing, the contractor must furnish adequate security in accordance with FAR 32.202-4. In the event that the Contractor fails to provide adequate security as required in this contract, no financing payments shall be made under this contract. Upon receipt of adequate security, financing payments shall be made, including all previous payments to which the Contractor is entitled, in accordance with the terms of the contract [end of clause]. 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 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, 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 c ode, 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; 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 information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Num bers. 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 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. 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 wi ll be considered by the agency. Offers may be faxed to Mr. Roger Brett, FAX 812-854-5666 or e-mailed to brett_r@crane.navy.mil. All required information must be received on or before 07/07/04 2:00 PM 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
SN00603851-W 20040617/040615212232 (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.