SOLICITATION NOTICE
66 -- HIGHLY ACCELERATED RELIABILITY LIFE TEST SYSTEM
- Notice Date
- 6/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R8910
- Response Due
- 6/18/2003
- Archive Date
- 7/18/2003
- Point of Contact
- MR. DALLAS PARSLEY 812-854-2239
- 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-8910 is hereby issued as a request for Proposal (RFP). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 as well as DCN 20021122. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? Design and development and delivery of one Highly Accelerated Reliability Test System in accordance with Exhib it ?A?, NSWC Statement of Work and Requirements Document (AVAILABLE BELOW): CLIN 0002- Installation, set-up and testing in accordance with attached NSWC Statement of Work and Requirements Document; CLIN 0003- On-Site training for up to five (5) NSWC Crane personnel in accordance with NSWC Crane Statement of Work: CLIN 0004- Option 1, year 2 extended maintenance agreement IAW the SOW; CLIN 0005- Option 2, year 3 extended maintenance agreement IAW the SOW; CLIN 0006- Option 3, year 4 extended maintenance agreement IAW the SOW; CLIN 0007- Option 4, year 5 extended maintenance agreement IAW the SOW; CLIN 0008, Option 5, year 6 extended maintenance agreement IAW the SOW. NSWC Crane 47522 within 240 days after award. Initial inspection will be at source by NSWC Crane personnel, Contractor must provide the Government Representative 10 day notice prior to acceptance testing. Fin al inspection will be at NSWC Crane, IN. Selection for award will be based on technical, past performance and price. Offers that are non-compliant with any material 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); 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; 52.219-6; 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52. 225-13; 52.232-33); 52.215-05 (812-854-5066 fax #); 52.242-15; 52.243-1; 52.247-34; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.227-7015; 252.227-7037; 252.243-7002; 252.247-7023), 252.227-7015. The following factors, in descending order of importance, will be used to evaluate offers: TECHNICAL, PAST PERFORMANCE, and PRICE. The following TECHNICAL sub-factors will be utilized, in descending order of importance; Thermal Requirements, Electrical Performance Requirements, DUT Configuration, RF Requirements, Computer/Controller Requirements, Physical Requirements. PAST PERFORMANCE sub-factors, listed in descending order of importance are: reliability of delivered systems, customer satisfaction, training course evaluations, and record of meeting contract deliveries. PRICE will not be rated, but will be considered in determining the b est value to the Government. Sufficient information must be submitted with the offer to allow the Government to conduct a reasonable evaluation. 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/similar products or services. 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) will evaluate the offeror's technical, past performance and price based upon the information furnished by the offeror and/or other information obtained by the SSA. The SSA is not responsible for locating or securing any information not furnished with the offer. The SSA may, however, utilize all available information, including information not provided by th e 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 unavailable, 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 subcontractor. The Government reserves the right to award to other than the lowest priced offer. 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 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 A125, 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 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. 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 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 ac cordance 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 eighthour 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. Dallas Parsley, FAX 812-854-5066 or e-mailed to parsleydt@crane.navy.mil . All required information must be received on or before (18 June 2003 2:00PM) Eastern Standard Time. Numbered notes 1 and 26 apply. 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.
- Record
- SN00338871-W 20030605/030603213753 (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 |