SOLICITATION NOTICE
58 -- AN/SSX-1 TRAINING MAINTENANCE CURRICULUM DEVELPMENT "Synopsis/Solicitation"
- Notice Date
- 9/7/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404R8W04
- Response Due
- 9/13/2004
- Archive Date
- 10/13/2004
- Point of Contact
- SUZANNE KIXMILLER 812-854-6272 Kixmiller, Suzanne, Code 1163WE, Tel 812-854-6272, Fax 812-854-3805 or e-mail kelli.kixmiller@navy.mil
- E-Mail Address
-
Email your questions to Click here for POC
(kelli.kixmiller@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 NSWC 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. Solicitation Number N00164-04-R-8W04 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 as well as DCN 20040608. The North American Industry Classification System (NAICS) Code for this procurement is 541990 and the dollar standard is $6M. This requirement is for the following: CLIN 0001 ? AN/SSX-1 Small Ship Electronic Support Measures Training Maintenance Curriculum Development at the Component Organizational Maintenance Level in accordance with the attached Statement of Work (SOW); CLIN 0002 ? Travel requirements will be in accordance with the SOW section 5.0, Joint Travel Regulations and FAR 31.205-46. Contractor shall submit written request for travel IAW section 5.0 of the NSWC Crane SOW. Request shall be submitted to the Technical Representative; CLIN 0003 ? Option to purchase Operator Training in accordance with section 3.1.1.5 and 3.1.2.5; and CLIN 0004 - Data in accordance with attached Contract Data Requirements Lists (CDRLs), not separately priced. Delivery of Data shall be in accordance with the CDRLs. Delivery is required F.O.B. NSWC Crane 47522 within 240 days after award. Final inspection will be at NSWC Crane, IN. Selection for award will be in accordance with the attached evaluation factors. Selection will be based on past performance and price with past performance being significantly more important than price. Offerors shall provide three (3) copies of their past performance narrative, one copy of offeror Representations and Certifications (FAR 52.212-3 ? see below for link), and one copy of the cost/price proposal. Past performance narrative shall be in accordance with the evaluation factors referenced above. Offerors shall also provide their company?s Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). 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: 52.211-14 (DO); 52.211-6; 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; 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, Timeliness of Performance and Customer Satisfaction. NOTE: The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest); 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 (fax # 812-854-3805); 52.242-15; 52.243-1, 52.247-34; 252.204-7004 Alt A; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 25! 2.247-7023). 52.217-7 Option for Increase Quantity-Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 180 days after contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 ass! ign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, NSWC CRANE, 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 2! 6 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. 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-NSWC Crane 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. BLANKET EXEMPTION CERTIFICATE In accordance with the provisions of Title 6, Indiana Code, Articles 2.1 and 2.5, Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a United States Government entity, is exempt form the imposition of any sales and use tax, and has been assigned Exemption Certificate Number 0018103400015. 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 vial the Internet @ www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal 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 Suzanne Kixmiller, FAX 812-854-3805 or e-mailed to kelli.kixmiller@navy.mil. All required information must be received on or before 13 Sep 2004 at 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
-
To download synopsis/solicitation
(http://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00666504-W 20040909/040907212413 (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 |