Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

13 -- 40MM WARNING CARTRIDGE

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164, Code 1162, Bldg. 2521, 300 Highway 361, Crane IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016404R4807
 
Response Due
6/7/2004
 
Archive Date
7/7/2004
 
Point of Contact
STACY MCATEE 812-854-1988 812-854-5095
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(mcatee_s@crane.navy.mil)
 
Description
This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. 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-4807 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-21 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 332992 and the size standard is 500 employees. The Government requires 40mm warning cartridges, in ranges of 100, 200 and 300 meters. These cartridges are to be manufactured in accordance with an NSWC performance specification, statement of work and associated drawings. To request a copy of the performance specification, send company cage code and complete mailing address to Stacy McAtee at the e-mail address listed in this solicitation. The quantities are as follows: CLIN 0001 ? Minimum quantity 100 EA / Maximum quantity 300,000 EA; 100-meter warning cartridges; CLIN 0002 ? Minimum quantity 100 EA / M aximum quantity 300,000 EA; 200-meter warning cartridges; CLIN 0003 ? Minimum quantity 1,798 EA / Maximum quantity 300,000 EA; 300-meter warning cartridges; CLIN 0004 ? A quantity of 30 EA Projectiles. Delivery is required F.O.B. NSWC Crane 47522 within 60 days after award. Final 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 5-year, Firm-Fixed price, Indefinite Quantity/Indefinite Delivery 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. 52.211-14 (DO); 52.211-15 ; 52.212-1 (See ?52.212-1 Tailoring? below); 52.212-2 (See ?Evaluation ? Commercial Items? below); 52.212-3 Alt I [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 (see ?52.212-4 Tailoring? below:): 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 (812-854-5095); 52.242-15; 52.243-1; 252-204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.223-7002; 252.223-7003; 252.223-7007; 252.243-7002; 252.247-7023. 52.212-1 TAILORING (b) Submission of Offers. (10) The offeror shall reference 5 past contracts to be considered for past performance. A Past Performance Questionnaire (attached) for each contract cited shall be sent to the Contracting Officer (of the cited contract) no later than five days prior to the proposal due date. The Contracting Officer for each contract cited shall complete the Past Performance Questionnaire with the assistance of the technical point of contact (TPOC) and forward it so that it is received on or before the closing date of the solicitation, to Contracting Officer, Naval Surface Warfare Center, Attn: Stacy McAtee, Code 1162NS, Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001. Once the Past/Current Performance Questionnaires have been completed by the POCs, the information contained therein shall be considered sensitive and shall not be released to the Offeror. (d) Product Samples. The offeror is required to submit a quantity of 44 EA, 100-meter warning cartridges (CLIN 0001); 44 EA, 200-meter warning cartridges (CLIN 0002); 44 EA, 300 meter warning cartridges (CLIN 0003) and 30 EA proj ectiles (CLIN 0004) with their proposal, at no cost to the Government. Sample cartridges will be function tested in M203 and M79 Grenade Launchers. Offerors shall submit the following documentation along with the product samples: a. Disclosure of the manufacturer, chemical composition, and weight of all energetic materials, including the primer, propellant, pyrotechnic delay and pyrotechnic burst charge; b. Disclosure of the cartridge manufacturer?s specification for the M203 and M79 elevation angle to achieve a projectile air burst at 15 feet nominal above horizontal at each specified range; Product samples which are not destroyed in testing will not be returned to the contractor. Product samples are not included as part of the minimum quantity stated for each CLIN. Product samples may be submitted in commercial packaging. EVALUATION--COMMERCIAL IT EMS (JAN 1999) (FAR 52.212-2) (a) The contract resulting from this solicitation will be awarded to the responsible offeror whose offer, conforming to the solicitation, is determined most advantageous to the Government, cost/price and other factors considered. The offeror?s proposal shall be in the form prescribed by this solicitation and shall contain a response to each of the areas identified which affects the evaluation factors for award. The following delineates the selection process: EVALUATION FACTORS Factor 1 ? Technical Factor 2 ? Past Performance Factor 3 ? Price Factor 1 is significantly more important than Factors 2, and 3 combined. Factor 2 is more important than Factor 3. All interested parties shall submit a quantity of 44 EA, 100-meter warning cartridges (CLIN 0001); 44 EA, 200-meter warning cartridges (CLIN 0002); 44 EA, 300-meter warning cartridges (CLIN 0003) and 30 EA projectiles (CLIN 0004) with their proposal. The product samples will be tested in accordance with paragraph 3.2.1 through 3.2.5 and paragraph 3.1.9 of the specification (see ?Performance Rating Criteria?). Offerors failing to meet any of the stated requirements of the specification, including submission of product sample documentation, may be considered unacceptable. The offer may not be evaluated further, and may be determined ineligible for award. At the conclusion of the evaluation, the Government will award an Indefinite Delivery Indefinite Quantity (IDIQ) firm-fixed price contract to the highest rated contractor for the minimum quantities specified on CLINS 0001-0003, and 30 EA, CLIN 0004. Factor 1 ? TECHNICAL ? WARNING CARTRIDGES & PROJECTILES (CLINS 0001-0004) CONFORMANCE IN ACCORDANCE WITH THE NSWC PERFORMANCE SPECIFICATION STATED IN PARAGRAPH 3 OF THE SPECIFICATION. The Government will evaluate and assign a numerical rating for the following technical factors during 1. Function and casualty 2. Waterproofness 3. Physical 4. Range 5. Projectile Sound Level 6. Cartridge Markings 7. Projectile Light Flash 8. Projectile Velocity Factor 2 ? PAST PERFORMANCE. During the source selection process, the Government will assess the offeror's past performance in the evaluation for contract award. Accordingly, 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. It is preferred that these contracts be with U.S. Government customers, but contracts with other commercial concerns are also acceptable. Offerors are authorized to provide info rmation relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Source Selection Authority (SSA)/Contracting Officer will evaluate the offeror's past performance based upon the information furnished by the offeror and/or other information obtained by the Contracting Officer. The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The SSA/Contracting Officer may, however, utilize all available information, including information not provided by the 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. Past performance is assessed by the SSA/Contracting Officer and i s assigned a narrative rating in the evaluation. Each offeror will be given an adjectival rating on past performance: highly favorable, favorable, neither favorable nor unfavorable, unfavorable, highly unfavorable, or no same or similar history. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will not be rated either favorable or unfavorable. The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer if doing so would result in greater value to the Government in terms of technical performance, quality, reliability, life cycle cost, or lower overall program risk. As a part of the past performance evaluation, the Government will assess the offeror's previous complianc e with the requirements of FAR 52.219-8 and 52.219-9 as applicable. Factor 3 ? PRICE EVALUATION (SEE ATTACHED UNIT PRICING TABLE) Price will not be rated but will be considered in determining the ?best value? to the Government. The best value determination may result in the Government being willing to pay a premium for higher technical capability. The price becomes more important as the degree of equality increases between offers. The Government reserves the right to make an award to other than the lowest priced offeror or to the offeror with the highest adjectival technical score if the Contracting Officer determines that to do so would result in the greatest value to the Government. 52.212-4 TAILORING -- The following paragraphs are hereby added to the clause: (o) Warranty. The contractor shall extend to the Government the full coverage of any standa rd commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ \ months. (Offeror is to insert number.) (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. 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 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) s ite 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: EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)--(a) As part of the negotiated f ixed 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 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. ORDERING (OCT 1995) (FAR 52.216-18) (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 the effective date of contract award through five years after effective date of 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 in 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 52.216-19) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 100 each, (CLINS 0001, 0002), and 2,000 each (CLIN 0003) , 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 300,000 each (CLIN 0001, 0002, and 0003)l (2) Any order for a combination of items in excess of 100,000 each (CLINs 0001, 0002, and 0003) each; or; (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 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 maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22) (a) This is an indefinite-quantity 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. Th e 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 60 days after the last delivery date of the last delivery order. The agency authorized to place orders against this contract is Crane Division, Naval Surface Warfare Center (NAVSURFWARCENDIV Crane), Crane, IN 47522. 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 b e 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 Ms. Stacy McAtee, Code 1162NS, FAX 812-854-5095. Desk number is 812-854-1988. Complete mailing address is: Ms. Stacy McAtee, Code 1162NS Bldg 2521, NSWC Crane, 300 Highway 361, Crane IN 47522-5001 or e-mailed to mcatee_s@crane.navy.mil. All required information must be received on or before 07 June 2004, 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
Click here to download synopsis, requirements and specs
(http://www.crane.navy.mil/supply/synopcom.htm)
 
Record
SN00586491-W 20040516/040514212421 (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.