|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL
N00164-98-Q-0163 DUE 060898 POC Patty Cox, Code 1163W6, telephone
812-854-3229, fax 812-854-3465, Kelly Siffin, Contracting Officer WEB:
click here to download a copy of the RFQ, http://www.crane.navy.mil.
E-MAIL: click here to contact the point of contact.,
cox_p@crane.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. Proposals
Are Being Requested And A Written Solicitation Will Not Be Issued.
Solicitation number N00164-98-Q-0163 applies and is issued as a request
for quote (RFQ). This solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-04 and Defense Acquisition Circular 91-13. The standard industrial
code is 3679 and the business size standard is 500 employees or less.
This requirement is for a firm fixed price contract for as follows. An
indefinite delivery-indefinite quantity type contract with a 2 year
ordering period. Line item 0001: Dust Cap, Connector, Min. Qty. 260
each/Max. Qty. 300 each . Line item 0002: Receptacle Connector, Min.
Qty. 115 each/Max. Qty. 135 each. Line 0003: Receptacle Connector, Min.
Qty. 142 each/Max. Qty. 165 each. Line 0004: Cable Assembly, Min. Qty.
142 each/Max. Qty. 165 each. The minimum quantities will be purchased
at time of award. Pricing is requested for a 2 year ordering period
for the additional units up to the maximum quantities. Different
pricing for the out-years is acceptable. Pricing should reflect
economic price breaks for additional purchase quantities, beyond the
minimum. All performance shall be in accordance with NAVSURFWARCENDIV
Drawing #802027201400, Specification #802027201401, and CDRL'S which
are available for downloading on Crane's Homepage address,
http://www.crane.navy.mil; and also in accordance with DID
#DI-NDTI-80809A, which is available at
http://www.acq.osd.mil/cals/did.html or
http://www.acq.osd.mil/cals/dids/didindex.html. Delivery schedules for
minimum quantities shall be: One Bid Sample for each line item may be
required within 2 weeks after vendor notification by Crane personnel
that a Bid Sample is required. NSWC will require 14 days to ensurethat
the unit meets the requirement. Qualification Units are also required.
A total of 5 each (totally assembled) cable sets do require
qualification testing. Qualification Testing must be complete by 30
September 1998. Partial Deliveries of production quantities will be
required. Partial Deliveries of minimum quantities are required, with
initial deliverable quantity being 15 each of line items 0002, 0003, &
0004; and 30 each of line item 0001 to be delivered by 30 Oct 1998.
The remainder of minimum quantities shall be delivered in the same
quantities as identified above and shall be delivered every 30 days,
commencing 30 days after initial delivery. This delivery schedule will
remain in effect until all funded quantities are exhausted or until
modification/completion/termination of the contract. F.O.B. Destination
with inspection and acceptance at NAVSURFWARCENDIV CRANE. All
responsible sources may submit an offer which will be considered by the
Agency. A fixed price purchase order will be awarded based on
Simplified Acquisition Procedures (SAP). In SAP, this procurement is
reserved for Small Business concerns. The Government intends to award
to the responsible offeror whose quotation conforming to the
solicitation is the most advantageous to the government, price and
other factors considered. Evaluation factors of offers will be
technical, past performance, and price. Technical and past performance
are considered equal, and when taken together are significantly more
important than price. The following facts shall be used to evaluate
offers: The contractor shall provide past performance for same/similar
products, timeliness of performance, and customer satisfaction. Award
will be made based on all or none. The following provisions apply to
this acquisition: 52.203-3 Gratuities, 52.212-1 Instructions to
Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions --
Commercial Items; 52.212-5 Contract Terms & Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items; 52.222-3
Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on
Subcontractor Sales to the Government, with Alternate 1; 52.216-18,
Ordering (a) From Contract Award Date through a 2 year period.;
52.216-19, Order Limitations, (a) Minimum Order contract in an amount
of less than 1 each (b) Maximum order Line 0001, 300 each; Line 0002,
135 each; Line 0003, 165 each; Line 0004, 165 each; 52.219-8
Utilization of Small Business Concerns and Small disadvantaged Business
Concerns; 52.219-14 Limitations on Subcontracting; 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-26 Equal Opportunity (E.O. 11246); 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; 52.225-9 Buy American Act -- Trade Agreements
Act -- Balance of Payments Program; 52.225-18 European Union Sanctions
for End Products; 52.225-21 Buy American Act -- North American Free
Trade Agreement Implementation Act -- Balance of Payments Program. The
contractor shall extend to the Government the full coverage of
commercial sale, provided such warranty is available at no additional
cost to the Government. 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.
DFARS 252-212-7001, Contract Terms & Conditions Required to Implement
Statues or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (APR 1998); 252.7012, Preference for Certain Domestic
Commodities and 252.227-7015, Technical Data-Commercial Items apply to
this acquisition. 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 offerorsthat respond to this announcement
within the required time frame will be provided any changes/amendments
and considered for future discussions and/or award. Quotations and the
above required information must be received in this office on or before
08 JUN 1998 at 12:00 PM (Noon) Eastern Standard Time. Send to
NAVSURFWARCENDIV Crane Division, Code 1163W6, Bldg 64, 300 Hwy 361,
Crane, IN 47522-5001. Fax transmittals are permissible at 812-854-3465.
(0147) Loren Data Corp. http://www.ld.com (SYN# 0393 19980601\59-0046.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|