SOLICITATION NOTICE
43 -- BAND 1 & 2 TRANSMITTER PUMP "Synopsis/Solicitation"
- Notice Date
- 6/27/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016402R8202
- Response Due
- 7/13/2002
- Archive Date
- 8/12/2002
- Point of Contact
- MICHELLE CHESTNUT 812-854-3735 Chestnut, Michelle, Code 1163WC, Tel 812-854-3735, Fax 812-854-3805 or e-mail chestnut_m@crane.navy.mil
- E-Mail Address
-
Email your questions to Click here for POC
(chestnut_m@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-8202 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-07 as well as DCN 20020531. The North American Industry Classification System (NAICS) Code for this procurement is 333996 and the size standard is 500 employees. The small business set-aside has been dissolved. This is to be an Indefinite Quantity Indefinite Delivery (IDIQ) type contract over a five year period with 1 EA First Article, the minimum quantity being 21 EA Band 1 & 2 Transmitter Pumps and the maximum quantity being 38 EA. It is anticipated that the maximum number of Band 1 & 2 Transmitter Pumps to be ordered in any single year will be four after the order for the minimum quantity has been placed. All Band 1 & 2 Transmitter Pumps must be manufactured in accordance with the Specification Control Drawing (SCD), which is available for downloading in PDF format. Note: The cooling fluid listed in the (SCD), Paragraph 1.2, is Monsanto Coolanol 35, and for this requirement, Polyalphaolefin (PAO) is required to be used in the place of Monsanto Coolanol 35. This requirement is for the following: CLIN 0001 ? Quantity of 1 EA First Article Band 1 & 2 Transmitter Pump; CLIN 0002 Band 1 & 2 Transmitter Pumps, Minimum Quantity 21 EA (IDIQ Minimum Quantity 21 EA, Maximum Quantity 38); CLIN 0003 Indefinite Order Quantity 1-4 EA Band 1 & 2 Transmitter Pumps for Ye ar 2; CLIN 0004 Indefinite Order Quantity 1-4 EA Band 1 & 2 Transmitter Pumps for Year 3; CLIN 0005 Indefinite Order Quantity 1-4 EA Band 1 & 2 Transmitter Pumps for Year 4; CLIN 0006 Indefinite Order Quantity 1-4 EA Band 1 & 2 Transmitter Pumps for Year 5; CLIN 0007 Data in accordance with the Contract Data Requirements List (CDRLs) A001 and A002, 1 LO, Not Separately Priced (NSP). Both CDRLs are available for downloading into PDF format. First Article delivery is required F.O.B. NSWC Crane IN within 210 days after contract award. Delivery for the Minimum Quantity is required F.O.B. NSWC Crane IN within 120 days of First Article acceptance. Delivery of additional quantities is required F.O.B NSWC Crane IN within 90 days after order is placed. In accordance with CDRL A001, the First Article Test Plan shall be submitted for approval within 120 days after contract award and the First Article Test Report shall be submitted within 210 days after contract award. In accordance with CDRL A002, the Acceptance Test Plan shall be submitted 30 days after First Article approval and the Acceptance Test Reports shall be submitted when the Transmitter pumps are delivered. Initial inspection will be at contractor?s facility, and final inspection will be at NSWC Crane, IN. Selection for award will be based on past performance, price, and ability to meet schedule. The Government will evaluate offers using the maximum quantity. The Government intends to award to one responsible offeror. If determined to be in the best interest of the Government, multiple awards will be considered in accordance with FAR 16.504(c). The criteria to be considered for multiple awards are price, past performance, and delivery schedules. Offers that are non-compliant with any ma terial 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 at no additional cost to the Government. Clauses/provisions: 52.203-3; 52.211-14 (DO X /DX); 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 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33; 52.232-36); 52.215-05 (fax # 812-854-3805); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 2 52.247-7023); 52.209-3; 52.242-15; 52.247-34. PAST PERFORMANCE - During the source selection process, the Government will assess the offeror's past performance in the evaluation for contract award. Accordingly, each offeror is required to submit a list of up to five of its most recent contracts within the past three years, either completed or on-going, for the same or similar products. It is preferred that these contracts be with U.S. government customers, but contracts with other commercial concerns are also acceptable. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Source Selection Authority (SSA)/Contracting Officer will evaluate the offeror's past performance based upon the information furnished by the offeror and/or other information obtained by the Contra cting Officer. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The SSA/Contracting Officer may, however, utilize all available information, including information not provided by the offeror, in the past performance evaluation. The Government reserves the right to review less than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offeror?s past performance rating. If insufficient information regarding the offeror?s corporate history is available, the offeror is encouraged to submit for evaluation evidence of relevant past performance on the part of the offeror?s key/principal employees, as either a prime- or sub-contractor. Past performance is assessed by the SSA/Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror wi ll be given an adjectival rating on past performance: favorable, neither favorable nor unfavorable, or unfavorable. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will not be rated either favorable or unfavorable. The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer if doing so would result in greater value to the Government . As a part of the past performance evaluation, the Government will assess the offeror's previous compliance with the requirements of FAR 52.219-8 and 52.219-9 as applicable. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. 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 P ayment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 0562, Bldg 2701, 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. 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 Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable unde r 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 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. ORDERING (OCT 1995) (FAR 52.216-18) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from effective date of contract through 5 years from effective date of contract. (b ) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. DELIVERY ORDER LIMITATIONS (OCT 1995) (FAR 52.216-19) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 1 EA, the Government is not obliged to purchase, or is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor?(1) Any order for a single item in excess of 38 EA (2) Any order for a combi nation of items in excess of 38 EA; or (3) A series of orders from the same ordering office within 1,825 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. (c) If this is a requirement contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for the reasons. Upon rec eiving this notice, the Government may acquire the supplies or service from another source. INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the ?maximum?. The Government shall order at least the quantities of supplies or services designated in the Schedule as the ?minimum?. (c) Except for any limitations on quantities in the O rder Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after all deliveries have been completed from the last order issued during the effective period of this contract. SUBCONTRACT DATA REQUIRED -- It is the intent of the Government to encourage the use of Small Business, Small and Disadvantaged Businesses and Woman Owned Businesses whenever practicable. Describe the extent to which your company has identified and committed to provide for participation by small, small and disadvantaged businesses (SDB) , woman owned businesses (WOB), historically black colleges and universities, or other minority institutions for the performance of this effort. The Offeror shall provide sufficient information to demonstrate that the tasks assigned the selected small and/or SDB and WOB subcontractors are meaningful in the sense that they will be performing functions important to the overall success of the program and also broaden the subcontractor's technical capability. The offeror shall describe their management approach for enhancing small, SDB and WOB subcontractor's technical capability. Of special interest is the amount and type of work to be performed by the subcontractors. The offeror shall explain the reasons for and advantages of selecting particular subcontractors. Performance shall be separate from subcontracting plans to be submitted by large businesses pursuant to FAR 52.219-9, but must incorporate the goals stressed herein.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, amounts 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. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging and packing is authorized unless otherwise specified. MOST FAVORED CUSTOMER ASSURANCE?The contractor agrees that the prices for the supplies or services furnished under this contract are as low or lower than those charged the supplier?s most favored customer for comparable quantities under similar terms and conditions, i n addition to any discounts for prompt payment. TAX EXEMPTION?Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. 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 age ncy. Offers may be faxed to Ms. Michelle Chestnut, FAX 812-854-3805 or e-mailed to chestnut_m@crane.navy.mil. All required information must be received on or before July 13, 2002, 3 P.M. Eastern Standard Time. See Numbered Note 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 consider taking the time to complete the survey.
- Web Link
-
To download synopsis/solicitation
(http://www.crane.navy.mil/supply/synop/02r8202.htm)
- Record
- SN00100953-W 20020629/020627213406 (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 |