Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

58 -- Inertial Navigation Units

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016405R6412
 
Response Due
6/7/2005
 
Archive Date
7/7/2005
 
Description
N00164-05-R-6412 INERTIAL NAVIGATION UNITS -FSG 58 - NAICS 334511 Issue Date 24 May 2005 - Closing Date 07 June 2005 ? 2:00 PM EST 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. Solicitation Number N00164-05-R-6412 is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20050222. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees. This procurement will utilize full & open competition. This requirement is for the following: CLIN 0001 ? Base INU without integrated GPS (IAW attached salient characteristics), CLIN 0002 ? Base INU with integrated GPS (IAW attached salient characteristics), CLIN 0003 ? *Improved Azimuth Performance INU without integrated GPS (IAW attached salient characteristics), CLIN 0004 ? *Improved Azimuth Performance INU with integrated GPS (IAW attached salient characteristics). *Note: Improved azimuth means that the maximum azimuth error is 2 mils instead of 5 mils. The minimum and maximum quantities for CLIN 0001 & CLIN 0002 combined are min = 1 each, max = 50 each. The minimum and maximum quantities for CLIN 0003 & CLIN 0004 combined are min = 0 each, max = 50 each. Offerors are required to propose any applicable quantity price breaks. Delivery is required F.O.B. destination (NSWC Crane, 47522). The Government required delivery date (RDD) for the first INU is 1 Aug 2005. For the remainder of the IDIQ contract, delivery for mate! rials shall be either 45 days after order (for small quantities of less than or equal to 5 units) or 180 days after order (for large quantities of greater than 5 units). Final inspection & acceptance will occur at NSWC Crane. Selection for award will be based on past performance and price. The offeror shall demonstrate past performance through completion of the "Contractor Performance Data Sheet (Found at www.crane.navy.mil/supply/homepage.htm)". The Contractor Performance Data Sheet shall be completed in its entirety. Additionally, offerors are urged to submit brief and concise responses, within the confines of the space allotted. Failure to submit the completed Contractor Performance Data Sheet (along with the proposal) shall be considered certification (by signature on the proposal) that the contractor has no past performance for like or similar items for the Government to evaluate. Offers that are non-compliant with any material requirement of this solicitation (i! ncluding technical conformance) may be rejected without further consideration for award. This will be an indefinite delivery-indefinite quantity (IDIQ) 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 52.219-8; 52.219-9; 52.222-3; 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 #812-854-3465); 52.242-15; 252.204-7004 Alt A; 252.212-7000 (NOTE: This provision MUST be filled out completely and submitted with the offer); 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 ?Origin! al 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 obta! ined 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. ADDITIONAL MARKING INSTRUCTIONS-In addition to any o! ther 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 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 wor! k, 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 812-854-3465 or e-mailed to peter.riegler@navy.mil. All required information must be received on or before 07 June 2005 @ 2:00 PM Eastern Standard Time. 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.c! rane.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. 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 2001-026, 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
NSWC CRANE
(http://crane.navy.mil/supply/homepage.htm)
 
Record
SN00814720-W 20050526/050524212442 (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.