|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1997 PSA#1882Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 58 -- COMMUNICATION, DETECTION AND COHERENT RADIATION EQUIPMENT SOL
N00164-97-Q-0314 DUE 071497 POC Diane Pearson, Code 1163W7, telephone
812-854-5201, fax 812-854-3465 WEB: click here to download,
http://www.crane.navy.mil. E-MAIL: click here for questions,
pearson_d@crane.navy.navy.mil. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation;
quotes are being requested and a written solicitation will not be
issued. Solicitation Number N00164-97-Q-0314 is issued as a Request for
Quotation. Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 90-45
and Defense Acquisition Circular 91-11. The Standard Industrial
Classification Code for this procurement is 3669. This is a sole source
procurement to Dorme and Margolin, 2950 Veterans Memorial Highway,
Boehmia, NY 11716 in accordance with FAR 6.302-1(c). The specifications
are proprietary to Dorne & Margolin. An indefinite delivery-indefinite
quantity type contract with a 5 year ordering period is being
utilized. The following item is being procured: CLIN 0001 Antenna --
Dorme and Margolin PN DMN-17-C, Minimum quantity 15 each/Maximum
Quantity 60 each. The minimum quantity of 15 each will be purchased at
time of award. Pricing is requested for a 5 year ordering period for
the additional units up to the maximum quantities. Different prices for
the out-years is acceptable. Pricing to allow for economic price breaks
for additional purchase quantities, beyond the minimum. Final
inspection and acceptance will be at source by a representative of the
DCMAO prior to shipment to NSWC Crane. The contractor shall submit a
Material Inspection and Receiving Report (MIRR) DD250 to a
representative of DCMAO for acceptance/rejection of each item. The
Serial Number of each item will be annotated on the DD250. The signed
DD250 shall accompany each unit(s) to NSWC Crane. The period of
acceptance is 15 days after receipt of the units. Production lead time
is 180 days after contract award. Quality assurance required is
MIL-I-45208 or MIL-STD ISO Certification 9000/3. The ship to address
is: Naval Surface Warfare Center, Crane Division, ATTN: Mgr. 9F, M.
McAtee (854-6181), Bldg. 41SW, 300 Highway 361, Crane, IN 47522-5011.
A firm fixed price contract will be placed utilizing Simplified
Acquisition Procedures. Delivery will be in accordance with FAR
52.247-30, FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1
Instructions to Offerors -- Commercial Items, 52.212-4 Contract Terms
and Conditions -- Commercial Items, 52.212-5 Contract Terms and
Conditions Required to Implement Statues or Executive Orders --
Commercial Items (incorporating FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action
for Handicapped Workers, 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy
American Act-Supplies, 52.225-16 Buy American Act-Supplies under
European Community Agreement certificate, 52.225-17 Buy American
Act-Supplies under European Community Agreement, 52.25-18 European
Community Sanctions for end Products, 52.225-19 European Community
Sanctions for Services, FAR 52.216-19 (a) Minimum order . . .contract
in an amount of less than 15 each. . .(b) Maximum order 60 each. FAR
52.215-22 (d) the Contractor shall not be required to make any
deliveries under this contract after 5 years after the date of contract
award, 52.219-14 Limitation on Subcontracting, and 252.227-7015
Technical Data -- Commercial Items apply to this acquisition. 52.212-2
Evaluation-Commercial Items (a) The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. The following factors
shall be used to evaluate offers: Technical capability of the item
offered to meet the Government requirement, price and past performance.
Offerors responding to this announcement must provide the information
contained in 52.212-1, Instruction to Offerors -- Commercial items and
must include a completed copy of provision 52.212-3, Offeror
Representations and Certifications -- Commercial items. 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. The offeror should also provide its Commercial and
Government Entity (CAGE) code, Contractor Establishment code (DUNS
Number) and Tax Identification Number. 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. The written quotes
and the above required information must be received at this office on
or before 14 July 1997 at 3:00 PM Central Time. Proposals may be sent
to: Contracting Officer, Bldg. 64 (ATTN: Diane L. Pearson, Code
1163W7) NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011. Facsimile
quotes are acceptable (812-854-3465). All responsible sources may
submit an offer which will be considered by the agency. Numbered note
22 applies. (0183) Loren Data Corp. http://www.ld.com (SYN# 0349 19970708\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|