Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2000 PSA #2754
SOLICITATIONS

58 -- LOG VIDEO AMPLIFIERS

Notice Date
December 21, 2000
Contracting Office
Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-Q-0065
Response Due
January 12, 2001
Point of Contact
Ms. Kathy Noel, Code 1163W2, telephone 812-854-3692, FAX 812-854-3805; Mr. Donal Davis, Contracting Officer
E-Mail Address
click here to contact via e-mail (noel_k@crane.navy.mil)
Description
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 N00164-01-Q-0065 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 97-20 and DCN 20001213. The North American Industry Classification System (NAICS) Code is 334511 and the business size standard is 750 employees. This requirement is set-aside 100% for small business concerns. This requirement is as follows: CLIN 0001 -- 10 ea Log Video Amplifier to be manufactured IAW Naval Air Systems Command Drawing 1569AS889: CLIN 0002 -- 10 ea Log Video Amplifier to be manufactured IAW Naval Air Systems Command Drawing 1569AS889-2: CLIN 0003 -- 10 ea Log Video Amplifier to be manufactured IAW Naval Air Systems Command Drawing 1569AS889-3. CLIN 0004 10 ea Log Video Amplifier to be manufactured IAW Naval Air Systems Command Drawing 1569AS889-4. One(1) each of CLIN 0001 will be utilized for First Article Non-Destructive Testing. If CLIN 0001 passes the First Article Testing, it will become part of the production lot. The drawings and specifications are available for downloading in MSWord 97 or to view in PDF Format. Inspection and acceptance will be at source by a representative of DCMC. The Government, NSWC, Crane, reserves the right to witness the First Article Testing with the DCMC representative. Delivery is as follows: 30 Days ARO Site Visit; 90 Days ARO First Article unit due; 90 Days after Successful First Article Testing 10 ea 1569AS889-1, 1569AS889-2, 1569AS889-3, and 1569AS889-4. Delivery is required F.O.B. Destination. 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 Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.204-6; 52.207-4 [FILL-IN]; 52.209-6; 52.211-5; 52.211-14 (DO); 52.211-15; 52.213-4; 52.219-1 [FILL-IN]; 52.219-6; 52.213-4 (incorporating 52.247-34); 52.222-21; 52.222-22; 52.222-25 [FILL-IN]; 52.232-23; 52.242-15; 52.242-17; 52.243-1; 52.246-1; 52.246-16; 52.249-1; 52.249-8; 52.252-2; 52.253-1; 252.204-7001; 252.204-7003; 252.204-7004; 252.225-7000; 252.225-7001; 252.225-7002; 252.225-7017; 252.225-7009; 252.225-7017; 252.225-7035; 252.225-7036; 252.243-7001; 252.246-7001; FIRST ARTICLE APPROVAL-CONTRACTOR TESTING (SEP 1989) (FAR 52.209-3) (a) The Contractor shall test 1 unit(s) of Lot/Item 0001 as specified in this contract. At least 30 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within 15 calendar days from the date of this contract to Contracting Officer, NAVSURFWARCEN, Bldg 3241, Code 1163W2, 300 Highway, 361, Crane, IN 47522-5001, ATTN: Kathy Noel marked "FIRST ARTICLE TEST REPORT: Contract No. , Lot/Item No. ." Within 15 calendar days after the Government receives the test report, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall repeat any or all first article tests. After each request for additional tests, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule, or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article report on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (h) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the offeror/contractor and have been accepted by the Government. The offeror/contractor may request a waiver. Alternate I (Jan 1997) (i)The Contractor shall produce both the first article and the production quantity at the same facility. The Government will waive the First Article Testing only if the following applies: For companies that have previously manufactured the 1569AS889 within the past 10 years and have successfully performed and passed the First Article Testing. The Government will require proof of successful First Article Testing. Please provide your Commercial and Government Entity (CAGE) code and Contractor Establishment Code (DUNS number). 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 @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. 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. Quotations may be faxed or e-mailed to Luann Shelton, FAX 812-854-3805 e-mail address shelton_l@crane.navy.mil. All required information must be received on or before 12 Jan 2001 at 3:00 PM Eastern Standard Time. See Note 26. The mission at NAVSEA Crane is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, NAVSEA Crane is 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.
Web Link
click here to download copy of RFQ (http://www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20001226/58SOL002.HTM (W-356 SN5094Y8)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on December 21, 2000 by Loren Data Corp. -- info@ld.com