COMMERCE BUSINESS DAILY ISSUE OF JUNE 28, 2001 PSA #2882
SOLICITATIONS
59 -- CABLE ASSEMBLIES
- Notice Date
- June 26, 2001
- Contracting Office
- Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-01-R-0130
- Response Due
- July 10, 2001
- Point of Contact
- Woods, Sandra, Code 1163WS, Tel 812-854-1687, Fax 812-854-3805, e-mail woods_s@crane.navy.mil
- E-Mail Address
- Click here for POC (woods_s@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-0130 is hereby issued as a request for Proposal (RFP). The solicitation, list of part numbers and drawings will be available on the Internet at www.crane.navy.mil. 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 335929 and the size standard is 1000 employees. The requirement is for the following: CLIN 0001 is for a quantity of 1 lot First Article cable assemblies to be manufactured in accordance with Government owned drawings. Each lot consists of 92 cable assemblies. CLIN 0002 is for a quantity of 1 LO cable assemblies to be manufactured in accordance with Government owned drawings. CLIN 0003 is for a maximum quantity of 24 Lots and is the same as CLIN 0002. This effort is in support of the EA-6B aircraft. The required cable assembly connectors are unique, manufactured specifically to meet vibration level requirements of the EA-6B aircraft. The vibration levels shall be a maximum of .2 inch DA + 2G whichever is lower at any non-resonant frequency in the 20-60 HZ range. The drawing package requires extensive test criteria to be performed to insure proper operability and reliability in the extreme aircraft-operating environment. This is to be an Indefinite Delivery Indefinite Quantity (IDIQ) type contract over a five year period with the minimum quantity being two lots of cable assemblies and the maximum quantity being twenty-four. One lot consists of 92 cable assemblies. The contract will be FOB destination with inspection and acceptance at destination, within 180 days after contract award for CLIN 0001, within 180 days after approval of CLIN 0001 and within 180 days after issuance of delivery order. Delivery of the cable assemblies will be to one of the following locations: Naval Air Station Whidbey Island, Oak Harbor, WA; Naval Air Station Jacksonville, FL and MACOM Air Station, Havelock, NC. Acceptance of the cable assemblies will be by a NAVAIR representative at the above mentioned facilities. Selection for award will be made on the basis of lowest offered price meeting all the terms and conditions of the synopsis/solicitation, but the Government also will evaluate offeror's performance on previous Government or commercial contracts for similar products. In the event substantive differences exist among offerors' past performance, the Government has reserved the right to displace lower priced proposals in favor if an offeror with substantially superior past performance. 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 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 responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items. NOTE: The provision at FAR 52.212-1 has been tailored for this procurement. FAR, DFAR, and local clauses that are added, as part of the tailoring of FAR 52.212-1 will not necessarily follow the format of FAR 12.303. Paragraph (h) is deleted. Offeror must include a completed copy of provision 52.212-3 Alt l [FILL-IN], Offeror Representations and Certifications -- Commercial Items. NOTE: This provision MUST be filled out completely and submitted with the offer. The following clauses are applicable to this procurement: 52.209-4 First Article Approval- Government Testing; 52.203-3 Gratuities; 52.211-14 (DO A-70); Notice of Priority Rating for National Defense Use; 52.211-15 Defense Priority and Allocation Requirements; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52-212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (incorporating 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 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, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration) 52.215-05 Facsimile Proposals; 52.216-18 Ordering (period of 5 years after contract award); 52.216-19 Delivery Order Limitations (minimum of 2 maximum of 24); 52.216-22 Indefinite Quantity (5 years after contract award); 52.225-13 Restrictions on Certain Foreign Purchases; 52.242-15 Stop Work Order; 52.243-1 Changes Fixed Price; 252.212-7001 Contract 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, 252.225-7001 Buy American Act and Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea). The offeror must also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. The contractor will also be registered with the Central Contractor Registration DataBase (CCR) in accordance with DFAR 252.204-7004. 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. NSWC Crane POC is Ms. Sandy Woods, telephone 812-854-1687, fax 812-854-3805, or email woods_s@crane.navy.mil. Written proposals and the above required information must be received at this office on or before 2:00 p.m. Eastern Standard Time on July 10, 2001. This procurement is set-aside for small business. 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 Divisionl, 300 Highway (http://www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20010628/59SOL014.HTM (W-177 SN50Q090)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on June 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|