SOLICITATION NOTICE
59 -- CABLE ASSEMBLY, SPECIAL PURPOSE, ELEC. OUTBOARD
- Notice Date
- 9/9/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016402R6507
- Point of Contact
- DALE DEWAR 812-854-4795
- E-Mail Address
-
Email your questions to To email Point of Contact
(dewar_dale@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-6507 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 335929 and the size standard is 1000 employees. This requirement is for the following Contract Line item numbers (CLIN?s): CLIN 0001 ?First Article Lot, hydrophone cable assemblies, quantity of 2 each @ $ per unit______ Extended price: $______. CLIN 0002 ? Cable, hydrophone cab le assemblies, quantity of 240 each @ $ per unit______ Extended price: $______. CLIN 0003 ?Option quantity under one-year ordering period, hydrophone cable assemblies, quantity of 48 each @ $ per unit______ Extended price: $______. CLIN 0004 ?First Article Lot, Cable, thermistor cable assemblies, quantity of 2 each @ $ per unit______ Extended price: $______. CLIN 0005 ? Cable, thermistor cable assemblies, quantity of 6 each @ $ per unit______ Extended price: $______. CLIN 0006 ?Option quantity under one-year ordering period, Cable, thermistor cable assemblies, quantity of 6 each @ $ per unit______ Extended price: $______. CLIN 0007 ?First Article Lot, Cable, transducer cable assemblies, quantity of 2 each @ $ per unit______ Extended price: $______. CLIN 0008 ? Cable, transducer cable assemblies, quantity of 6 each @ $ per unit______ Extended price: $______. CLIN 0009 ?Option qu antity under one-year ordering period, Cable, transducer cable assemblies, quantity of 6 each @ $ per unit______ Extended price: $______. CLIN 0010 ? Test Inspection and Data Reports, IAW Contracts Data Requirement List (CDRL) for Data Item A001, (CDRL is found in SOW), quantity arranged, and reports included with shipped items. This CLIN is not separately priced (NSP). First article testing will be required of any offeror who has not previously produced these particular assemblies (i.e. as defined in attached SOW and NAVSEA drawings). This testing shall be in accordance with attached Statement of Work (SOW) and NAVSEA drawings. Testing is to be at contractor?s expense and will observed by Government representatives. A single award will be made based on price and past performance. Price will be evaluated by adding the total pricing proposed for CLINs 0001 through 0009. All CLI NS are to be in accordance with Statement of Work and NAVSEA drawings. Statement of Work and NAVSESA drawings can be downloaded at www.crane.navy.mil.supply/announce.htm. A price evaluation preference will be given for HUBZone Small Business Concerns (FAR 19.1308). HUBZones can be verified at www.sba.gov/hubzone. Delivery is required FOB destination (NSWC Crane, IN or other designated DOD base within CONUS). For first articles (CLIN?s 0001, 0004, and 0007) quantities are to be delivered NLT February 28, 2003. For CLIN 0002, quantity of 35 each is to be delivered NLT April 30, 2003, with at least 35 delivered each month thereafter until entire quantity has been delivered. For option CLIN?s (0003, 0006, and 0009) entire quantity should be delivered within 32 weeks of date of order. For CLIN?s 0005 and 0007, entire quantity should be delivered NLT July 31, 2003 Partial and early deliveries are acceptable and encouraged. Proposals should explain any exceptions taken with delivery schedule as described above. Final inspection and acceptance will be at source, with test and inspection observed by Government representatives. This requirement is issued on a full and open competition basis for a firm fixed-price supply DX-rated contract. This contract 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; 52.211-6; 52.209-3 (First Article Approval ? Contractor Testing); 52.211-14 (DX); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations and Certifications and forward with propo sal); 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;); 52.215-05 (812-854-3465 fax #); 52.216-22 (IDIQ); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.24307002; 252.247-7023) 52.217-7 (Option for increased quantity-separately priced line item). 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 deli vered 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 INQUIRIES--Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor. If the payment is b eing 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?I n 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 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. 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 m oney that would otherwise be paid by that party might 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, in addition to any discounts for prompt payment. TAX EXEMPTION?Section 39(a) and Section 6 of the Indiana gross income t ax 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 agency. Offers may be faxed to Dale Dewar at 812-854-3465, or e-mailed to Dewar_Dale@crane.navy.mil. All required information must be received on or before 19 Sept 2002 @ 1400 (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 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
-
NSWC Crane's web address
(http://www.crane.navy.mil/supply/02r6507/02R6507.htm)
- Record
- SN00161499-W 20020911/020909213708 (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 |