Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106

Naval 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