|
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,1998 PSA#2139Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 66 -- DIAGNOSYS SYSTEMS, INC. MODEL 4270 96 PINPOINT FUNCTIONAL TESTER
SYSTEM SOL N00164-98-R-0102 DUE 073098 POC Contact -- Ms. Beth
Cuskaden, Code 116PB, 812-854-1947, email cusdaden_beth@crane.navy.mil
by facsimile 812-854-3465/Deborah Frick, Code 1165ZN, Contracting
Officer WEB: Naval Surface Warfare Center, Crane Division's homepage,
www.crane.navy.mil. 17. 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 -- 98-R-0102 is issued as a Request for
Proposal on a sole source basis to DiagnoSYS Systems, Inc., 102 Park
Place Boulevard, Bldg. B, Suite 1, Kismet, FL 34741in accordance with
FAR 6.302-1 . Solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-05
and Defense Acquisition Circular 91-13. The Standard Industrial
Classification Code for this procurement is 6625. The following
requirements are to be compatible with 96-Pin Pin Point Functional Test
Systems: CLIN 0001 2 each, Model 4270 96 PinPoint Functional Test
System which includes Breakout Boxes, Model PP500, 144 Pin Signature
Analysis Cards, Model ISG144, and Analog Cards, Model ALC-096; CLIN
0002 minimum qty. of 0, maximum qty. of 4 each, Model 4270 96 PinPoint
Functional Test System (this includes Signature Analysis Cards)
without Breakout Boxes, Model ISG144; CLIN 0003 minimum qty. of 0 each,
maximum qty. of 12 each, Driver Sensor Cards, P/N PN DS24; CLIN 0004
minimum qty. of 0 each, maximum qty. of 6 each, Breakout Box, P/N
PP500; CLIN 0005 minimum qty. of 0 each, maximum qty. of 6 each,
Auxiliary Cards, P/N AXC1; CLIN 0006 minimum qty. of 0 each, maximum
qty. of 6 each, Extra Set Dip Clips, P/N DIP64; CLIN 0007 minimum qty.
of 0 each, maximum qty. of 6 each, Extra Set SMT Clips, P/N SMT68;
CLIN 0008 minimum qty. of 0 each, maximum qty. of 6 each, Analog Cards,
P/N ALC-096; CLIN 0009 -- Extended Warranty, Additional year, minimum
qty. of 0, maximum qty. of 6. The required delivery date is 6 weeks
after order. The Contractor must provide a total warranty to cover
software upgrades, telephone support, and exchange modules. Shipping
terms will be FOB destination, and delivery will be made to either the
Corpus Christi Army Depot or Crane. The award will be a firm fixed
price indefinite-quantity, indefinite-delivery contract and will be
awarded utilizing Simplified Acquisition Procedures. FAR
Clauses/Provisions: 52.203-3 Gratuities, 52.212-1 Instructions to
Offerors Commercial Items (the following paragraphs are added as
addenda: (k) The Government requires a standard commercial warranty of
12 months, and the Government requires an additional extended
commercial warranty of 12 months, both to cover software upgrades,
telephone support, and exchange modules. (l) Facsimile allowed and
technical proposals required; delete paragraph (b) on options), delete
paragraph (h) on multiple awards), 52.212-4 Contract Terms and
Conditions Commercial Items (the following paragraphs are added as
addenda: (t) The Government will evaluate the performance of the
contractor awarded the contract resulting from this solicitation. The
following factors will be utilized: Quality, Cost Control, Timeliness
of Performance, Business Relations, and Customer Satisfaction. The
delivery of a minimum qty. of 2 testers is required to be no later than
60 days after contract award. Inspection and acceptance FOB Destination
is required to ensure safe delivery and acceptance period will be
within 30 days after delivery. An accelerated delivery by DiagnoSYS
will be accepted by Government. The minimum quantity will be sent to
CCAD and any additional quantities will be sent to CCAD or Crane.),
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items (incorporating 52.203-6
Restrictions on Subcontractor Sales to the Government, with Alternate
I, 52.219-8 Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns, 52.222-26 Equal Opportunity Deviation,
FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, 52.222-36 Affirmative Action for Handicapped Workers, and
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era), 52.225-11 Restrictions on Certain Foreign
Purchases, 52.242-15 Stop Work Order (insert 90 days), 52.243-1,
Changes Fixed Price, 52.216-18 Ordering, (insert 20 months from the
effective date of award), 52.216-19, Delivery Order Limitations
(insert: one item, six each, $500,000 and 15), 52.216-22 Indefinite
Quantity (insert: 20 months from the effective date of award). DFAR
Clauses/Provisions: 252.204-7004 Required Central Contractor
Registration in Data Base (CCR), 252.212-7000 Offeror Representations
and Certifications -- Commercial Items, 252.212-7001 Contracts and
Terms and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (incorporating
252.205-7000 Provision of Information to Cooperative Agreement Holders,
252.219-7003 Small, Small Disadvantaged and Women-owned Small Business
Subcontracting Plan (DoD Contracts), 252.219-7005 Incentive for
Subcontracting with Small Businesses, Small Disadvantaged Businesses,
Historically Black Colleges and Universities, and Minority
Institutions, 252.225-7007 Buy American Act -- Balance of Payments
Program, 252.225-7012 Preference for Certain Domestic Commodities,
252.225-7021 Trade Agreements, and 252.243-7002 Requests for Equitable
Adjustment). NAVSEA Clauses/Provisions: Expediting Contract Closeout
(NAVSEA)(Dec 1995), Year 2000 Warranty -- Commercial Supply Items
(NAVSEA)(Nov 1996). 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 be registered with the Central Contractor
Registration Data Base (CCR) IAW DFAR 252.204-2004. 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. Numbered Note 22
applies. The written quotes and the above, required information must be
received at this office on or before 30 July 98 at 2:00 PM EST.
Proposals may be sent to: Contracting Officer, Bldg. 64 (Attn: Beth
Cuskaden, Code 116PB) NAVSURFWARCENDIV< 300 Hwy 361, Crane, IN
47522-5001. Facsimile quotes are acceptable (812-854-3465). All
responsible sources may submit an offer which will be considered by the
agency. Posted 07/15/98 (W-SN223808). (0196) Loren Data Corp. http://www.ld.com (SYN# 0549 19980717\66-0018.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|