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

10 -- MINI DAY/NIGHT SIGHT (MD/NS) DEVELOPMENT

Notice Date
2/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164, Code 1162, Bldg. 2521, 300 Highway 361, Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R0014
 
Response Due
4/21/2003
 
Point of Contact
DON ELLISON , CONTRACTING OFFICER 812-854-5774 FAX 812-854-5095 OR 812-854-3762
 
E-Mail Address
Click here to contact the Contracting Officer
(ellison_db@crane.navy.mil)
 
Description
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 N00164-02-R-0014 is hereby issued as a request for proposals (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09 as well as DCN 20021025. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 500 employees. NOTE: All of the “ADDENDUM’S” (1-5) listed below are available at www.crane.navy.mil/supply/02R0014/02R0014.htm. ADDENDUM 1 sets forth the CLINs, Statement of Work (SOW), Performance Specification, DD Form 1423s, and Data Item Descriptions (DIDs) for the proposed procurement. All required items shall be shipped FoB destination to NSWC Crane, IN 47522. Initial inspection of the required supplies shall be performed by the cognizant DCMA and/or NSWC personnel at the contractor’s/sub-contractor’s facility. Final inspection and acceptance shall be at NSWC Crane. The Government shall have 30 days from receipt of hardware at NSWC Crane to accept the supplies. ADDENDUM 2 sets forth the required delivery schedule. Selection for award(s) will be based on evaluation factors/subfactors as set forth in ADDENDUM 3. Firm-fixed price, Indefinite Quantity/Indefinite Delivery (IDIQ) contracts will result from the solicitation. Simplified Acquisition Procedures will not be utilized. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further considera tion for award. 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: 52.203-3; 52.211-14 (DO X /DX); 52.211-15; 52.212-1 (NOTE: This provision has been tailored to provide additional requirements. This tailoring is set forth in ADDENDUM 4); 52.212-3 Alt I [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 (NOTE: This provision has been tailored to provide additional requirements. This tailoring is set forth in ADDENDUM 5); 52.212-5; (incorporating 52.219-4; 52.219-8; 52.219-9—Alt II; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.223-03; 52.223-13; 52.242-12; 52.242-15; 52.243-1; 52.247-34; 52.247-48; 252-204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023); 252.219-7003; 252.227-7015; 252.227-7037. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. 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) Te rms 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 A125, 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 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. Addendum to 52.212-4: 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 agreed 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, amount 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 INST RUCTIONS—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--Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employees. The normal eighthou r 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. 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 @ 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. All responsible sources may submit an offer, which will be considered by the agency. Offers shall be delivered to: Naval Surface Warfare Center, Building 2521, Attn: Don Ellison (C ode 1162), 300 Highway 361, Crane, IN 47522-5001. Offers shall not be faxed or emailed. All required information must be received on or before 21APR03, 1:00 PM Eastern Standard Time. Mr. Ellison may be contacted at 812-854-5774 , FAX 812-854-5095, or EMAIL ellison_db@crane.navy.mil . 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. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-FEB-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here to download synopsis
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016402R0014/listing.html)
 
Record
SN00604085-F 20040617/040615213242 (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.