|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1999 PSA#2340Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300
Highway 361, Crane, Indiana 47522-5001 10 -- MK 8 LEAD EXPLOSIVES SOL N00164-99-R-0078 DUE 051499 POC Mr.
John Pfender, Contract Specialist, 812-854-5198, FAX 812-854-3762 (Mr.
Scott Bingham, Contracting Officer) WEB: Click here to review Crane
Division Acquisition Department, http://www.crane.navy.mil. E-MAIL:
Click here to contact the Contract Specialist via,
pfender_j@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 N00164-99-R-0078 is issued as a Request for
Proposal. Solicitation documents and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-10
and Defense Acquisition Circular 91-13. The standard industrial
classification code (SIC) is 3489. The small business size standard is
500 employees. Offer shall be in accordance with FAR/ DFAR. Internet
address that provides the FAR/DFAR sites is
http://www.crane.navy.mil/supply/homepage.htm. This is anticipated to
be a Firm-Fixed Price Indefinite Delivery Indefinite quantity (IDIQ)
type contract. Pricing is hereby requested on a three year Indefinite
Delivery/Indefinite Quantity of Mk8 lead explosives. The maximum
quantity that may be purchased throughout the life of the contract is
280,170/ea. The contract will also involve the delivery of data
required under CLIN 0003. The data for CLIN 0003 shall be Not
Separately Priced. The minimum quantity is 160,170/ea for the Mk8 lead
explosives. The minimum quantities will be obligated at time of
contract award. There will be no order guaranteed above the stated
minimum quantity. Contract Line Item Numbers (CLIN) are as follows:
0001, Mk8 Mod 0 Lead Assembly in accordance with drawing numbers
1635922, 3191841 & 3191842 and specification OS 8163 Rev L. This CLIN
is for the minimum amount of 160,170/ea which will be obligated at time
of contract award. CLIN 0002, Mk8 Mod 0 Lead Assembly in accordance
with drawing numbers 1635922, 3191841 & 3191842 and specification OS
8163 Rev L. This CLIN is for the maximum additional amount of
120,000/ea which will be awarded but not obligated at time of basic
contract award. This amount may be obligated over a three period
commencing with the date of contract award. You are hereby requested to
provide pricing on a per delivery order basis on multiples of 10,000/ea
for a 3 year period. Each year consists of 365 calendar days starting
the day of contract award. Different prices are acceptable for each
year. CLIN 0003 is for Contract Data Requirements Lists (CDRL) and is
not separately priced. The only data item required is the contractor's
test/inspection report in contractor format. The aforementioned
drawings, specification and CDRL can be obtained from the point of
contact listed at the end of this announcement. Delivery for CLIN 0001
is required starting with 170/ea preproduction samples, as alluded to
in paragraph 4.1.2 of specification OS8163 Rev L, on 22 June 1999 with
10,000/ea on 1 July 1999 and 10,000/ea due every 14 days there after
until the order is complete. CLIN 0002 delivery is required commencing
60 days from date of delivery order or 30 days after last scheduled
delivery whichever is later and continuing at a rate of 10,000/ea every
14 days through completion of the delivery order. Early delivery is
acceptable at no additional cost to the Government. Deliver to: Naval
Surface Warfare Center, Crane Division, 300 Highway 361, Crane IN
47522-5001 (ATTENTION: Crane Army Ammunition Activity, Bldg. 148, Mark
For: Chester McDonald). F.O.B. Destination applies. Deliveries shall
be between 0700 and 1530 local time on Monday though Thursday,
excluding federal holidays. Delivery orders shall be placed utilizing
the DD1155 form. NAVSURFWARCENDIV Crane is the only agency authorized
to place orders under the resultant contract. The following clauses and
provisions are applicable to this solicitation and resulting contract:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
with Alternate 1. FAR 52.211-14 Notice of Priority Rating for National
Defense Use. This is a DO rated order. FAR 52.211-15, Defense Priority
and Allocation Requirement. FAR 52.216-18, Ordering. These orders may
be issued from theeffective date of the contract through 36 months from
the effective date of the contract. FAR 52.216-19, Order Limitations.
(a) 10,000/ea minimum order; (b)(1) 80,000/ea maximum order; (b)(2)
80,000/ea; (b)(3) 7 days; (d) 2 days. FAR 52.212-1, Instructions to
Offerors-Commercial Items, except paragraphs (d), (e), and (h) which
are deleted. FAR 52.212-2, Evaluation -- Commercial Items with the
following factors in paragraph (a) technical capability of item offered
to meet Government requirement, past performance, and price; the
technical and past performance when combined are more important than
price. FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items, Alt III. DFARS 252.212-7000, Offeror
Representations and Certifications -- Commercial Items. FAR 52.212-4,
Contract Terms and Conditions-Commercial Items. Additionally, FAR
52.212-4 is tailored to include: (a) Inspection of supplies to be
furnished hereunder shall be made by cognizant DCMC personnel at the
contractor's or subcontractor's plant. The cognizant inspector shall be
notified when the material is available for inspection. Final
acceptance of the required supplies shall be at destination.
Additionally, the Government may witness the contractor's final
inspection of the first lot of completed items. The place designated
for such actions may not be changed without authorization of the
Contracting Officer. The contractor's Inspection System shall conform
to the requirement of ISO Q9002 or equivalent. The contractor shall
utilize Statistical Process Control (SPC).;(g) Invoices shall be sent
to the following address: NAVSURFWARCENDIV Crane, 300 Highway 361, Code
1121 B. Franklin) Bldg. 41, Crane, IN 47522 and NAVSURFWARCENDIV Crane,
300 Highway 361, Code 0561 (D. Hupp) Bldg. 3173, Crane IN 47522. In
addition, the contractor shall extend to the Government the full
coverage of any standard commercial warranty normally offered in
similar commercial sales, 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 commercial warranty.
The standard commercial warranty period shall begin upon final
acceptance of the applicable material 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) Contractor Performance Reports. The
Government will evaluate the performance of the contractor awarded the
contract resulting from this solicitation, in accordance with FAR
42.1500. The following performance rating factors will be utilized:
Quality, Cost Control, Timeliness of Performance, Business Relations.
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items. FAR 52.212-5 is tailored
to include: 52.203-6, Restrictions on Subcontractor Sales to the
Government, with Alternate I; 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; 52.219-4, Notice of Price Evaluation
Preference for HUBZone Small Business Concerns; 52.219-8, Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns;
52.219-9, Small, Small Disadvantaged and Women-Owned Small Business
Subcontracting Plan; 52.222-26, Equal Opportunity (E.O. 11246);
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; 52.247-64, Preference for Privately Owned U.S. Flag
Commercial Vessels. Additional FAR clauses include: FAR 52.215-18
Facsimile Proposals; and FAR 52.245-12, Stop-Work Order. DFARS
252.212-7001, Contract Terms & Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, DFARS 252.212-7001 is tailored to include: DFARS
252.205-7000 Provision of Information to Cooperative Agreement Holders;
DFARS 252.219-7003, Small Business and Small Disadvantaged Business
Subcontracting Plan; DFARS 252.219-7005 Incentive for Subcontracting
with Small Businesses, Small Disadvantaged Businesses, Historically
Black Colleges and Universities and Minority Institutions; DFARS,
252.225-7001 Buy American Act and Balance of Payment Program; DFARS
252.225-7012 Preference for Certain Domestic Commodities; DFARS
252.233-7000 Certification of Claims and Requests for Adjustment or
Relief. Additional DFARS clauses include: DFARS 252.209-7001 Disclosure
of Ownership of Control by the Government of a Terrorist Country; DFARS
252.225-7002, Qualifying Country Sources as Subcontactors; DFARS
252-225-7014, Preference for Domestic Specialty Metals, Alternate I;
DFARS 252.243-7002, Certification of Requests for Equitable Adjustment;
and DFARS 252.247-7024, Notification of Transportation of Supplies by
Sea. Additional applicable FAR clauses are as follows: FAR 52.203-3,
Gratuities; FAR 52.215-43, Audit -- Commercial Items; FAR 52.225-11,
Restrictions on Certain Foreign Purchases. Due to the nature of this
acquisition following additional DFARS clauses are applicable: DFARS
252.223-7002, Safety Precautions for Ammunition and Explosives; and
DFARS 252.223-7003, Change in Place of Performance-Ammunition and
Explosives. The following clauses also apply as there is Government
Furnished Property to be incorporated into the end item: NAVSEA,
Government Furnished Material; FAR 52.245-04, Government-Furnished
Property (Short Form); FAR 52.247-55, F.o.b. Point for Delivery of
Government-Furnished Property; NAVSEA 5252.245-9109, Government
Furnished Property (Incorporation), the Government will furnish the
following for incorporation in the end item to be delivered under Item
0001 and 0002, if exercised, of this contract: CH-6 explosive IAW
specification MIL-C-21723B, 100/lbs at an estimated value of $12/lb;
NAVSEA, Government Furnished Ammunition and Explosives (A&E). The
following notices also apply: SPECIAL NOTICE -- The Director, Defense
Procurement has revised DFARS to require contractors to be registered
in the Central Contractor Registration (CCR) as a condition for receipt
of contract award effective 1 June 1998. Offerors may obtain
information on registration and annual confirmation requirements by
calling 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.
For further details regarding the requirements of CCR, offerors are
advised to review the requirements of DFAR 252.204-7004 contained
herein. EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) (a) As part of
the negotiated fixed price or total estimated amount of this contract,
both the Government and the Contractor have agreed to waive any
entitlement that otherwise might accrue to either party in any residual
dollar amount of $500 or less at the time of final contract closeout.
The term "residual dollar amount" shall include all money that would
otherwise be owed to either part at theend of the contract except that,
amounts connected in any way with taxation, allegations of fraud and/or
antitrust violations shall be excluded. For purposes of determining
residual dollar amounts, offsets of money owed by one party against
money that would otherwise be paid by that party may be considered to
the extent permitted by law. This agreement to waive entitlement to
residual dollar amounts has been considered by both parties. It is
agreed that the administrative costs for either part associated with
collected such small dollar amounts could exceed the amount to be
recovered. The offeror shall also provide its Commercial and Government
(CAGE) Code, Contractor Establishment Code (DUNS Number) and Tax
Identification Number (TIN). Any questions must be submitted in writing
immediately to Mr. John Pfender, telephone 812-854-5198, fax
812-854-3762 or e-mail to: pfender_j@crane.navy.mil. The offerors
written notice and the above required information must be received at
this office on or before 14 May 1999at 1200PM EST. Posted 05/04/99
(W-SN327596). (0124) Loren Data Corp. http://www.ld.com (SYN# 0160 19990506\10-0002.SOL)
10 - Weapons Index Page
|
|