SOLICITATION NOTICE
59 -- MOTOROLA RADIOS AND ACCESSORIES
- Notice Date
- 9/16/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404R4409
- Response Due
- 9/23/2004
- Archive Date
- 10/23/2004
- 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-4409 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 334220 and the size standard is 750 employees. This requirement is for Motorola ?Brand Name Only?, CLIN 0001 ? 85 each Motorola XTS 1500 digital astro radios part number H66QDC9PW5-N with 3 option, option 1 part number Q574 ENH: Trunking 9600 BAUD, option 2 part number Q393 ALT: Battery NIMH FM 1750 MAH (NTN98), option 3 part number H885 ENH: TWO (2) YEAR EXPRESS SERVICE; C! LIN 0002 ? 80 each Motorola Remote Speaker Mic, part number NMN6191; CLIN 0003 ? 532 each Motorola Jack Adapters, part number BDN6676D; CLIN 0004 ? 55 each Motorola Interface Modules, part number BDN6708; CLIN 0005 ? 10 each Motorola Ear Microphones, part number BDN6641; CLIN 0006 ? 51 each Motorola Programming Cables, part number RKN4106; CLIN 0007 ? 85 each Motorola Battery (NIMH FM), part number NTN9857; CLIN 0008 ? 85 each Motorola Nylon Case, part number NTN7247; CLIN 0009 ? 517 each Motorola Light Weight Headsets, part number NMN6245; CLIN 0010 ? 492 each Motorola Nylon Case, Part number NTN8725; CLIN 0011 ? 41 each Motorola Ready Programming Software, part number RVN4181; CLIN 0012 ? 648 each Motorola Battery Impress NIMH, part number NTN4437B; CLIN 0013 ? 41 each Dual Unit Charger, part number NTN1402; CLIN 0014 ? 41 each Motorola High Capacity Battery, part number NTN7395BR. Items must be Motorola Brand Name Only for compatibility with equipment already in use. The ! linked spreadsheet must be completed and submitted electronically to daniel.davis@navy.mil by the closing date. This requirement will be a firm fixed price contract. If it is determined to be in the best interest to the Government, separate awards for each CLIN may be issued. Delivery is required F.O.B. Crane, IN 47522 within 30 days after award. Selection for award will be based on past performance and price. Price evaluations will consider both lowest offered prices and largest quantity discounts. Past performance references shall be included on sheet 2 of the linked Excel spreadsheet. Past performance will be an equal factor in the source selection process. In the event substantive differences exist among offeror?s past performance the Government will reserve the right to displace the lower priced proposal in favor of an offeror with substantially superior past performance. 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); 52.211-15; 52.212-1 (See ?52.212-1 Tailoring? below); 52.212-3 Alt 1 [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MU! ST 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 (812-854-5095); 52.242-15; 252.204-7004 Alt A; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). Note: Offerors are hereby reminded to complete the ?52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS? form and attach it when submitting offers. 52.212-1 TAILORING (b) Submission of Offers. (10) The offeror shall include past performance information on 5 of their most recent and relevant contracts for the same or similar items (including contract numbers, points of contact with telephone numbers and other relevant information). 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 standard 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, and Customer Satisfaction. 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 acc! ordance 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, 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 DUN! S 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. The agency authorized to place orders against this contract is Crane Division, Naval Surface Warfare Center (NAVSURFWARCENDIV Crane), Crane, IN 47522. 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. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging and packing is authorized unless otherwise specified. TAX EXEMPTION ? Section 39 (a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts NSWC Crane as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. 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 responsibilit! y 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 Daniel C. Davis, FAX 812-854-5095. Point of contact e-mail address is daniel.davis@navy.mil. As noted above, the completed spreadsheet must be submitted electronically. All required information must be received on or before 23 September 04 @ 1200 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/VendorSu! rvey.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 and spreadsheet.
(http://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00675185-W 20040918/040917084628 (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 |