COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS
66 -- SCALEABLE MIXED SIGNAL SEMICONDUCTOR TESTER
- Notice Date
- June 21, 2001
- Contracting Office
- Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-01-R-6201
- Response Due
- July 23, 2001
- Point of Contact
- Ms. Donna Reynolds, Code 1164EG, telephone 812-854-6104, fax 812-854-5666, e-mail reynolds_d@crane.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 N00164-01-R-6201 is hereby issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25 and 97-22 (correction) as well as DCN 20001213. The North American Industry Classification System (NAICS) Code for this procurement is 334519 and the size standard is 500 employees. This requirement will be for the following: CLIN 0001 Quantity of 1, Scaleable Mixed Signal Semiconductor Tester, Agilent Technologies, Inc. Model Number 93000 C400e, Brand Name Or Equal, including one-year system warranty beginning on date of installation and technical maintenance/service training customarily provided with system installations. Due to excessive costs involved with re-training Government employees, changing system platforms from those currently in use at Crane is not feasible. For this reason, the Scaleable Mixed Signal Semiconductor Tester must meet or exceed the requirements which can be downloaded at www.crane.navy.mil: CLIN 0002 Optional Support/Service Agreement for above model 93000 C400e, Scaleable Mixed Signal Semiconductor Tester to cover the second year (4 qtrs) beginning 365 days after installation. This support/service agreement must provide for the repair and maintenance of the system to perform to NIST standards as well as maintain all system and application software to current revision levels. A maximum of three working days will be allowed for response time on repairs. Exercise of this option will be executed on or before 12 months from the effective date of contract. CLIN 0003 Optional Support/Service Agreement for above model 93000 C400e, Scaleable Mixed Signal Semiconductor Tester to cover the third year (4 qtrs) beginning 730 days after installation. This support/service agreement must provide for the repair and maintenance of the system to perform to NIST standards as well as maintain all system and application software to current revision levels. A maximum of three working days will be allowed for response time on repairs. Exercise of this option will be executed on or before 24 months from the effective date of contract. CLIN 0004 Optional Support/Service Agreement for above model 93000 C400e, Scaleable Mixed Signal Semiconductor Tester to cover the fourth year (4 qtrs) beginning 1095 days after installation. This support/service agreement must provide for the repair and maintenance of the system to perform to NIST standards as well as maintain all system and application software to current revision levels. A maximum of three working days will be allowed for response time on repairs. Exercise of this option will be executed on or before 36 months from the effective date of contract. Evaluation of Proposed Pricing: Prices will be evaluated by adding the values of CLIN 0001 through CLIN 0004. After an initial evaluation of proposals, NSWC-Crane reserves the right to conduct an on-line anonymous competitive reverse auction. This is a private reverse auction and only those offerors who are deemed to be technically capable of providing these items, after government evaluation, will be invited to participate in the on-line reverse auction. For first time users, after determining that you are in the competitive range, training will be given to you prior to the start of the reverse auction. Note that this buy is being conducted in accordance with FAR 6.302-1(c), application for brand name descriptions, and FAR 13.5. Delivery is required FOB Destination to NSWC Crane Division, 300 Highway 361, Crane, IN 47522-5001, Bldg. #41SE. The integrated circuit tester shall arrive at Crane NO EARLIER THAN 1 NOVEMBER 2001 AND AS LATE AS 1 JANUARY 2002. The specific delivery date desired depends upon 605 MILCON completion and will be definitized at a later time. Early deliveries are not acceptable. Any exceptions to the delivery requirement must be explained in offeror's proposal. Final inspection and acceptance will be at destination NSWC Crane, and will occur within 7 days after delivery. Government will furnish to the Contractor all utilities necessary for installation and initial testing of the unit. Selection for award will be based on past performance and price for offers of the specified brand name product or equivalent. Past performance and price are equal in importance for this award evaluation. A Certificate of Conformance (COC) will be required for all items delivered under resultant contract. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be a firm fixed price contract for brand name or equal supplies and will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Offerors shall include a copy of their warranty with the offer. Clauses/provisions: 52.203-3; 52.211-6 (NOTE: Offeror needs to include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents as necessary); 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations/Certifications and forward with proposal); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (812-854-3465 fax #); 52.219-9 (Subcontracting plan required for large businesses);52.242-15; 52.245-4; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023); 252.219-7003 The offeror shall provide its Commercial and Government Entity (CAGE) Code, Tax Identification Number (TIN), and DUNS number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. 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 an offer, which will be considered by the agency. Offers may be faxed or e-mailed to Ms. Donna Reynolds at FAX 812-854-5666, e-mail address reynolds_d@crane.navy.mil. All required information must be received on or before 23 July 2001 @ 2:00 PM Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
- Web Link
- Naval Surface Warfare Center, Crane Division's web (www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20010625/66SOL019.HTM (W-172 SN50P6Z8)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on June 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|