Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2004 FBO #0825
SOLICITATION NOTICE

58 -- 58--SLQ-32 Multipurpose Cabling

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404R8717
 
Response Due
3/12/2004
 
Archive Date
4/11/2004
 
Point of Contact
Chris Bolen 8128541423
 
E-Mail Address
point of contact
(bolencp@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. This combined synopsis/solicitation can also be viewed at www.neco.navy.mil. Solicitation Number N00164-04-R-8717 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 335929 and the size standard is 1000 employees. The small business set-aside has been dissolved. This action will be an IDIQ type contract with a 5 year order period. The minimums listed are the ini tial quantities to be purchased immediately following contract award. This requirement is for the following: CLIN 0001 – Minimum quantity of 1000 ft., Video Special cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0002 – Minimum quantity of 300 ft., Video Special cable, (IDIQ minimum quantity of 300ft, maximum quantity of 600ft) CLIN 0003 – Minimum quantity of 1000 ft., Hi Voltage Special cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0004 – Minimum quantity of 1000 ft., Electrical Special Twisted Pair cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0005 – Minimum quantity of 1500 ft., Electrical Special Twisted Pair cable, (IDIQ minimum quantity of 1500ft, maximum quantity of 3000ft) CLIN 0006 – Minimum quantity of 500 ft., Electrical Special Twisted Pair cable, (IDIQ minimum quantity of 500f t, maximum quantity of 1000ft) CLIN 0007 – Minimum quantity of 1000 ft., Electrical Special Twisted Pair cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0008 – Minimum quantity of 1000 ft., Electrical Special Twisted Pair cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0009 – Minimum quantity of 500 ft., Electrical Special Twisted Pair cable, (IDIQ minimum quantity of 500ft, maximum quantity of 1000ft) CLIN 0010 – Minimum quantity of 300 ft., Electrical Special Transponder cable, (IDIQ minimum quantity of 300ft, maximum quantity of 600ft) CLIN 0011 – Minimum quantity of 1000 ft., Electrical Special Hi Voltage cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0012 – Minimum quantity of 2000 ft., Electrical Special Hi Voltage cable, (IDIQ minimum quantity of 2000ft, maximum quantity of 4000ft) CLIN 0013 – Minimum quantity of 500 ft., Special Purpose Power and Control cable, (IDIQ minimum quantity of 500ft, maximum quantity of 1000ft) CLIN 0014 – Minimum quantity of 500 ft., Special Purpose Power and Control cable, (IDIQ minimum quantity of 500ft, maximum quantity of 1000ft) CLIN 0015 – Minimum quantity of 1000 ft., Special Purpose Power and Control cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0016 – Minimum quantity of 1500 ft., Special Purpose Power Shielded and Jacketed cable, (IDIQ minimum quantity of 1500ft, maximum quantity of 3000ft) CLIN 0017 – Minimum quantity of 1000 ft., Special Purpose Power Shielded and Twist cable, (IDIQ minimum quantity of 1000ft, maximum quantity of 2000ft) CLIN 0018 – Minimum quantity of 1000 ft., Special Purpose Power Shielded 3 Wire cable, (IDIQ minimum quantity of 10 00ft, maximum quantity of 2000ft) CLIN 0019 – Minimum quantity of 300 ft., Special Purpose Power Shielded, Twisted, and Triad cable, (IDIQ minimum quantity of 300ft, maximum quantity of 600ft). Delivery is required F.O.B. Destination, NSWC Crane 47522 within 90 days after order placement. Final inspection will be at NSWC Crane, IN. Potential contractors must submit their proposed pricing as formatted in the Price Matrix in Attachment 1. Exceptions made to the attached source control drawings are contained in Attachment 2. The drawings for all the previous CLINs and attachments are available in an attached ZIP file. Selection for award will be based on past performance and price with past performance being more important than price. In the event that differences exist among offerors’ past performance, the Government reserves the right to displace lower priced propos als in favor of an offeror with higher rated past performance. Past performance submissions should include at least three (3) references of customers who have purchased the same or similar items from the offeror. Each offeror must demonstrate they have performed successfully on the type of work as in the Government’s requirements outlined above. Each reference should include company name, point of contact, 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 last three (3) years. 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 c overage of commercial sale warranty provided such warranty is available at no additional cost to the Government. (Note: 52.212-4 is hereby tailored to incorporate (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); Clauses/provisions: 52.211-14 (DO); 52.211-15; 52.212-1, Instructions; 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; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33; 52.215-05 (812-854-3 805 fax #); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001;(incorporating 52.203-3; 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 (TIN). 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 lad ing; (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 Gu ide” 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. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest; 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 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 eighthour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employee s 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. 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 Chris Bolen, FAX 812-854-3805 or e-mailed to bolencp@crane.navy.mil. All required information must be received on or before 12 March 2004 at 3:00 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. ORDERING (OCT 1995) (FAR 52.21618) (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 Contract Award through 5 years after Contract Award . (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 task 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 i n 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 52.21619) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 150 ft , the Government is not obligated to purchase, nor 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 2000 ft. (2) Any order for a combination of items in excess of 18,000 ft ; or (3) A series of orders from the same ordering office within 60 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 52.21621 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 maximumorder 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 52.21622) (a) This is an indefinitequantity 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 quantity 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 delivery 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 a date 5 years after contract award . 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 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.
 
Web Link
to download solicitation
(http://www.eps.gov/spg/DON/NAVSEA/N00164/N0016404R8717/listing.html)
 
Record
SN00532902-F 20040229/040227232914 (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.