Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2005 FBO #1145
SOLICITATION NOTICE

59 -- TTE FOR REPAIR "Synopsis/Solicitation"

Notice Date
1/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016405T0008
 
Response Due
1/28/2005
 
Archive Date
2/27/2005
 
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 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 N00164-05-T-0008 applies and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20041215. The North American Industry Classification System (NAICS) Code is 334511 and the business size standard is 750 employees. The Small Business Set-Aside is hereby dissolved in accordance with FAR 6.302-1. This requirement is as follows: CLIN 0001 ? TTE for Repair to OEM Functional Specifications of a Raytheon Radio Set, P/N 01-01493-006, S/N 00234; CLIN 0002 ? TTE for Repair to OEM Functional Specifications of ! a Raytheon Radio Set, P/N 01-01493-006, S/N 00196; CLIN 0003 ? TTE for Repair to OEM Functional Specifications of a Raytheon Radio Set, P/N 01-01493-006, S/N 00249; CLIN 0004 ? TTE for Repair to OEM Functional Specifications of a Raytheon Radio Set, P/N 01-01493-006, S/N 00175; CLIN 0005 ? TTE for Repair to OEM Functional Specifications of a Raytheon Radio Set, P/N 01-01493-006, S/N 00266; CLIN 0006 ? TTE for Repair to OEM Functional Specifications of a Raytheon Radio Set, P/N 01-01493-006, S/N 00177. This requirement is being issued as a sole source to Raytheon Systems Company, 7887 Bryan Dairy Road, Largo, FL., 33777-1452. The Government does not possess the necessary drawings/specifications to allow for full and open competition. Raytheon has the proprietary data and replacement parts to ensure the equipment meets the OEM Functional Specifications. These assets must integrate with existing equipment in terms of form, fit, function, and compatibility. After the TTE is ! completed, the contractor shall submit a failure analysis, a written quote for repair, which shall include an itemized breakdown of parts, part number and price, labor hours, labor categories, and labor rates. The Contracting Officer will respond in writing within 60 days to definitize the order to increase/decrease the funding to allow for the completion of the repair or to have the equipment returned unrepaired. Delivery is required F.O.B. Destination within 180 days after award. Inspection and acceptance shall be at source by a representative of DCMC. 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. All responsible sources may submit a quote that will be considered by the Agency. A Not-to-Exceed purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.2! 13-4 (incorporating 52.247-34; 52.204-6; 52.209-6; 52.211-5; 52.211-14 (DO); 52.211-15; 52.213-3; 52.222-19; 52.222-22; 52.232-23; 52.242-15; 52.242-17; 52.243-1; 52.245-1; 52.245-4; 52.246-1; 52.246-16; 52.252-2; 252.204-7001; 252.204-7003; 252.204-7004 Alt A; 252.225-7001; 252.225-7002; 252.225-7005; 252.225-7012; 252.225-7031; 252.225-7037; 252.225-7043; 252.243-7001; 252.246-7000; 252.246-7001; 252.247-7023 Alt III). NOTE: The following provisions with a ?Fill-in? MUST be filled out completely and submitted with the offer: 52.204-8 [FILL-IN]; 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, quan! tity, 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 th! e 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. ADDITIONAL MARKING INSTRUCTIONS-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slip! s (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 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-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 co! re 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. Please provide your Commercial and Government Entity (CAGE), Data Universal Numbering System (DUNS) number and Taxpayer Identification Number (TIN). 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. 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. Offers may be faxed to Kathy Noel, FAX 812-854-3805 or e-mailed to mailto:kathryn.noel@navy.mil. All required information must be received on or before 28 January 2005 at 3:00 PM Eastern Standard Time. See Note 22 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 comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consid! er taking the time to complete the survey. There is a new Federal Integrated Acquisition Environment (IAE) initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language included in FAR Case 2002-026, vendors are required to use ORCA beginning 1 January 2005. Detailed information can be found in the FAR Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance.
 
Web Link
To download synopsis/solicitation
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN00734027-W 20050114/050112212424 (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.