Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2002 FBO #0278
SOLICITATION NOTICE

20 -- SLQ-32 PEDESTAL HYDRAULIC PUMP "Synopsis/Solicitation"

Notice Date
9/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R8703
 
Point of Contact
DIANE PEARSON 812-854-5201 Pearson, Diane, Code 1163WB, Tel 812-854-5201, Fax 812-854-3805 or e-mail pearson_d@crane.navy.mil
 
E-Mail Address
Email your questions to Click here for POC
(pearson_d@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-8703 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 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. This requirement is for a minimum quantity 100 each and a maximum quantity 300 each, Continental Hydraulics? Pump P/N PVR1-3B10-RF-0-1-F-Y4644. The minimum quantity, 100 each, will be procured following award. This will be a three-y ear fixed price Indefinite Delivery Indefinite Quantity Contract and will be awarded utilizing Simplified Acquisition Procedures. Continental Hydraulics has agreed to hold the prices at the current level, provided that the Producer Price Index (PPI), according to the Finished goods, Not Seasonally Adjusted, rises no more than 3%. Prices will be held constant for this requirement through year 3. In the event substantial changes in the market occur, the Government will revisit the pricing for years two and or three. The base line index will be the index associated to the October 2002 PPI. Based on this assumption, provide pricing for year one, quantity 100 each only. Do not factor in the cost for NRE. This price has been provided to the Government and will be amortized in to the first 100 each pumps. Delivery is required F.O.B. Destination NAVSEA, Crane Division 47522 within 18 w eeks after award. Final inspection will be at NSWC Crane, IN. This requirement is for Continental Hydraulics? ?Brand Name Only.? These pumps must meet form, fit and function of the AN/SLQ-32 Pedestal. Contract award will be made on the basis of the lowest offered price meeting the terms and conditions of the synopsis/solicitation. The Government will evaluate each offeror?s performance on previous Government or commercial contracts for same/similar items. Along with your offer, submit a minimum of three references from Government Agencies or Commercial Agencies for same/similar items. In the event substantive differences exist among offeror?s past performance, the Government reserves the right to displace lower prices proposals in favor of an offeror with substantially super past performance. The contractor shall extend to the Government the full coverage of commercial sale war ranty 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: paragraphs (e) and (h) are not applicable; 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 (NOTE: paragraph (o) is not applicable) (FAR Clause 52.212-4 is hereby tailored to incorporate the following: (t) Past Performance. The Government will evaluate the performance of the contractor awarded the contract resulting from this solicitation in accordance with FAR 42.15. The following performance rating factors will be utilized: quality, Cost Control, Timeliness of Performance, Business Relations, Customer Satisfaction); 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); 52.215-5 (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; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. The following clauses are also applicable to this procurement: 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 3 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 tas k 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. 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 100 each, 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 300 each. (2) Any order for a combination of items in excess of $TBD; or (3) A series of orders from the same ordering office within 1,095 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 receiving 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 Order 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 delive ry 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.Payment will be made either by Government Purchase Card or Net 30 ? State your distributor?s preferred method. Addendum to SF 1449, Blocks 18a and 18b: GOVERNMENT BANKCARD PAYMENT INSTRUCTIONS-Payment under this order is to be made by a third party as indicated by FAR 52.232-36, located elsewhere herein. Upon shipment of supplies or completion of services, the contractor shall contact the government bankcard holder (See DD Form 1449, blk 9) and request the government cardholders account number and expiration date. The contractor shall then request authority for payment from the third party in accordance with FAR 52.232-36(b). Documentation of each charge against the account shall be provided to the bankcard holder (See DD Form 1449, Blk 9). The contractor shall not reveal the purchase card number on any shipping/packing documents. OR 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) 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 0562, Bldg 2701, NAVSURFWARCENDIV, 300 Highway 361, Crane IN 47522-5002. PAYMENT STATUS INQUI RIES-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 Solicitati on/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. Addendum to 52.212-4: 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. All packages and shipping papers shall be marked with the order number to permit effective receipt processing and timely payment. 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 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. TAX EXEMPTION ? Section 39(a) and Section 6 of the Indiana gross income tax act of 1933 specifically exempts NAVSEA Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a Government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. 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 co ntract 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. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR regist ration 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 may be faxed to Ms. Diane L. Pearson FAX 812-854-3805 or e-mailed to pearson_d@crane.navy.mil. All required information must be received on or before 16 September 2002 @ 1200 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 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/synopcom.htm)
 
Record
SN00157820-W 20020906/020904214010 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.