SOLICITATION NOTICE
58 -- TRAVELING WAVE TUBE (TWT) TEST STATION POWER SUPPLY
- Notice Date
- 8/4/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R8224
- Response Due
- 8/18/2003
- Archive Date
- 9/17/2003
- Point of Contact
- Michelle Armes 8128543735
- E-Mail Address
-
Email your questions to point of contact
(armes_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 N00164-03-R-8224 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 as well as DCN 20030620. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. The small business set-aside has been dissolved. This requirement is for the following: CLIN 0001 ? 1 Each TWT Test Station Power Supply, ETM Electromatic Model 11252QAM or equal in accordance with FAR 52.211-6 and the salient characteristics listed in the attached PRODUCT DESCRIPTION; the product must meet the minimum calibration requirements that are used with existing test sets, as set forth in the SYSTEM CALIBRATION PROCEDURE. CLIN 0002 ? Not Separately Priced, Data in accordance with Contract Data Requirements List A001 for Demonstration Procedures. CLIN 0003 ? Option 1, 1 Each TWT Test Station Power Supply (same as CLIN 0001). CLIN 0004 ? Option 2, Spare Parts as outlined in the SPARE PARTS LISTING. Potential contractors can make recommendations to add parts or take away parts from this listing. If a potential contractor is proposing other than an ETM model, provide pricing on the following CLINs: CLIN 0005 ? 1 Each Calibration Procedure; CLIN 0006 ? 1 Lot System Training. Delivery for CLIN 0001, 0002, and 0005 is required F.O.B. NSWC Crane 47522 within 360 days after award. Delivery f or CLIN 0003 is 360 days after contract modification. Delivery for CLIN 0004 is required 60 days after contract modification. CLIN 0003 and 0004 can be exercised during a 2-year ordering period. A cognizant Government representative will perform initial inspection at source. The cognizant inspector shall be notified when the item is ready for the Government inspection. Advance notification of the cognizant inspector is required 14 days prior to conducting contractor inspections and/or testing. Final inspection will be at NSWC Crane, IN. Selection for award will be based on past performance and price. In the event that differences exist among offerors? past performance, the Government has reserved the right to displace lower-priced proposals in favor of an offeror with higher rated past performance. Past performance submissions should include at least three references of customers who have purchased the same or similar items from the offeror. Each reference should include company name, point of contract, mailing address, phone number, and email address. If possible, the reference should be for the same or similar items that have been delivered within the past three years. If quoting other than the brand-name product, the offeror must provide the manufacturer?s brand, model, or part number along with a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of this announcement. 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; 52.211-6; 52.211-14 (DO A70); 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; 52.219-9; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13 DEVIATION 52.225-13 DEVIATION; 52.232-33); 52.215-05 (fax #812-854-3805); 52.217-5; 52.242-15; 52.247-34; 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, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). Addendum to 52.212-4(g): The Contracto r 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) Circ ular 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 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 n umber 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: 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. 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 effecti ve 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. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offeror s 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 Ms. Michelle Armes, FAX 812-854-3805 or e-mailed to armes_m@crane.navy.mil. All required information must be received on or before 18 August 2003, 3 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 follo wing 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 and attachments
(http://www.crane.navy.mil/supply/03r8224/03R8224.htm)
- Record
- SN00391538-W 20030806/030804213821 (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 |