COMMERCE BUSINESS DAILY ISSUE OF MARCH 5, 2001 PSA #2800
SOLICITATIONS
58 -- AN/PVS-14 BATTERY HOUSING
- Notice Date
- March 1, 2001
- Contracting Office
- Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-01-R-0048
- Response Due
- March 12, 2001
- Point of Contact
- Ms. Shirley D. Littrell, Code 1156ZM, 812-854-1947, Mary Sheetz, Contracting Officer, 812-854-3716
- Description
- (i) 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. (ii) Solicitation Number N00164-01-R-0048 is issued as a Request for Proposal. (iii) Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22 and DCN 20001213. (iv)The NAICS code is 334511 and the size standard is 750 employees. This requirement is restricted to two sources: Litton Electro Optics, Tempe, Arizona and ITT Night Vision, Roanoke, VA. (v) This requirement is for CLIN 0001, AN/PVS-14 Battery Housing, Part No. A3256343, battery housing shall be form, fit and function operable with the AN/PVS14; Minimum Quantity of 1,000 each, Maximum Quantity of 5,000 each. (vi) Delivery will be within 60 days from effective date of order, at a rate of 250 each per month. Inspection and acceptance at destination. This is anticipated to be a firm fixed price, indefinite delivery indefinite quantity (IDIQ) contract. The shipping terms will be F.O.B. Destination, Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522-5001. Quality assurance will consist of preliminary inspection at source by the contractor in accordance with their standard commercial practice. (vii) The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Add the following to paragraph (b)(5): The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. Add the following to paragraph (b)(10): The number of recent and relevant contracts shall not exceed three. Offerors are authorized to provide information relative to any problems encountered on the identified contracts and any corrective action taken by the offeror. (viii) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. Delete paragraph (b). Add the following factors to paragraph (a): (i) Price, (ii) Past Performance. Price is more important than Past Performance. The Contracting Officer will evaluate the Past Performance information submitted, however, the Contracting Officer may utilize all available information, including information not provided by the offeror, in the past performance evaluation. (ix) Offerors are required to include a completed copy of the provision at 52.212-3 ALTERNATE I, Offerors Representations and Certifications-Commercial Items with the offer. (x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. Replace paragraph (o) with the following: Warranty -- 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. 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 contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. (xi) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. The following FAR clauses are being incorporated by reference into paragraph (b): FAR 52.203-6; 52.219-8; 52.219-9; 52.219-14; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-13; 52.225-33. (xii) The clause at DFAR 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following DFAR clauses are being incorporated by reference into paragraph (b): DFAR 252.205-7000; 252.219-7003; 252.225-7001; 252.225-7012; 252.225-7016; 252.243-7002; 252.247-7023; 252.247-7024. (xiii) Offerors are required to include a completed copy of the provision at 252.212-7000 Offeror Representations and Certifications-Commercial Items with the offer. (ix)The clauses at DFAR 252.204-7004 Required Central Contractor Registration, 252.225-7008 Supplies to be Accorded Duty Free Entry and 252.225-7010 Duty Free Entry Additional Provisions apply to this acquisition. (xv) The clause at DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate applies to this acquisition. (xvi) The clauses at FAR 52.203-03 Gratuities; FAR 52.242-15 Stop Work Order; FAR 52.243-1 Changes Fixed Price; FAR 52.225-11 Restrictions on Certain Foreign Purchases; 52.225-10 Duty Free Entry apply to this acquisition. The provision EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995) applies to this acquisition. (xvii) This shall be a DO rated order. (xviii) 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. All responsible sources may submit a proposal that shall be considered by the agency. The offeror's written proposal and the above-required information must be received at this office on or before 12 March 2001 at 2:00 PM EST. Send proposals to: Bldg 64 Bid Room Depository (ATTN: Shirley D. Littrell, Code 1165ZM) NAVSURFWARCENDIV, 300 Highway 361, Crane, IN 47522-5001. POC: E-mail address is Littrell_S@crane.navy.mil.
- Record
- Loren Data Corp. 20010305/58SOL004.HTM (W-060 SN50F049)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on March 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|