SOLICITATION NOTICE
10 -- MK 93 MOD2 GUN-MOUNT
- Notice Date
- 5/23/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R4813
- Response Due
- 6/10/2003
- Archive Date
- 7/10/2003
- Point of Contact
- Nick Robbins 8128546698
- E-Mail Address
-
Email your questions to point of contact
(robbins_n@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 N00164-03-R-4813 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 as well as DCN 20030430. The North American Industry Classification System (NAICS) Code for this procurement is 333513 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? Initial delivery order of 25 EA MK 93 Mod-2 Gun-Mounts. CLIN 0002 ? An estimated maximum quantity of a cumulative amount of 1,000 EA for the MK 93 Mod 2 Gun-Mounts. Evaluation for award shall be based on past performance and price. Past performance shall be significantly more important than price in making the source selection. Past Performance shall be evaluated in terms of highly favorable, favorable, neither favorable or unfavorable, unfavorable, and highly unfavorable. Past performance on subsequent delivery orders will also factor in past performance evaluation on future delivery orders. Contractors submitting a proposal for subject solicitation shall submit three prior contracts, no older than three years, for reference in terms of past performance evaluation. Price shall be evaluated in the submission of the initial delivery order of the 25EA, follow on delivery orders shall be evaluated on price on a delivery order to delivery order basis. There will be an award of one or more contracts in response to this solicitation. One of the awardee s will be awarded CLIN 0001 (25 EA MK 93 Mod 2 Gun-Mounts). The other awardees shall be allowed to compete on future delivery orders. All subsequent requirements for the MK 93 Mod 2 Gun-Mount will be competed among the contractors awarded a requirements type contract. A Drawing Package, which consists of drawing numbers: 5793976, 6086236, 6086299, 6650698, 665060748, 6650749, 7058440, 7058442, 7103258, 7103259, 7103260, 7103261, 7103261, 7103262, 7103263, 7103264, 7103265, 7103266, 7103267, 7103268, 7103269, 7103270, 7103271, 7103272, 7103273, 7103274, 7103275, 7103276, 7103277, 7103278, 7103279, 7103280, 7103281, 7103283, 7103284, 7103285, 7103286, 7103287, 7103288, 7103289, 7103290, 7103291, 7103292, 7103293, 7103294, 7103295, 7103296, 7103297, 7108959, 7108960, 7108961, 7108962, 7108963, 7108969, 7232108, 7232109, 7520804, 7614378, 7614379, 7614380, 7614394, 7614395, 7614 397 will be distributed via CD-ROM upon request by contractor, the MK 93 Mod2 Gun-Mounts shall be manufactured in accordance with the aforementioned drawing numbers, see POC information in the latter portion of this document. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. Award of a requirements type contract that will result in a firm fixed price subsequent delivery orders, 5-year multiple award/requirements type contracts are anticipated. Federal Acquisition Regulation (FAR) 13.5 will be utilized. The Government reserves the right to award multiple contracts resulting from this solicitation. In the event multiple contracts are awarded, delivery orders will be competed among awardees. Delivery shall begin with 20 units due 45 days after effective date of order and continue at a rate of 40 units every 30 days thereafter until complete. Delivery shall be FOB destination, NAVSURFWARCENDIV 300 Highway 361 Crane, IN 47522-5011 BLDG 2521. Inspection and acceptance will also be at destination. 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; 52.216-21; 52,216-27(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; 52.216-19 (orders may be issued from date of contract through 5 years after date of contract.); 52.216-19((a) Min imum order of 25 EA;(b)(1) Maximum order, 1,000 EA MK93 Mod 2 Gun-Mounts;(b)(2) 1,000 (b)(3) 30 days);52.216-22(....Contractor shall not be required to make any deliveries under this contract after to be determined.) 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. 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 servi ces 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, 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 bein g 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. Addendum to 52.212-4: Addition al 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 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 ei ght‑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. 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 Mr. Nick Robbins, TELEPHONE 912-854-6698, FAX 812-854-5095or e-m ailed to robbins_n@crane.navy.mil. All required information must be received on or before 2:00PM June 10, 2003 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 solicitation
(http://www.crane.navy.mil/supply/synop/03R4813.htm)
- Record
- SN00331787-W 20030525/030523213603 (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 |