COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2001 PSA #2933
SOLICITATIONS
28 -- PRESSURE REGULATORS
- Notice Date
- September 7, 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-0165
- Response Due
- September 19, 2001
- Point of Contact
- Ms. Diane Pearson, Code 1163, telephone 812-854-5201, fax 812-854-3805, e-mail pearson_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-0165 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 as well as DCN 20001213. The North American Industry Classification System (NAICS) Code for this procurement is 333912 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 12 Each Pressure Regulators, Honeywell Part Number 392234-1-1. This requirement is for Honeywell "Brand Name Only." The pressure regulators must integrate precisely into the Navy's NCPP-105/A/M47A-4 Jet Aircraft Start Units in terms of form, fit and function. The Government does not possess drawings/specifications to allow for full and open competition. Delivery is required F.O.B. NAF EL Centro Seeley, CA 92243. Delivery is required at a rate of not less than 2 per month starting 11 months after contract award. Inspection and acceptance will be at source by a representative of DCMA. The Government intends to solicit and negotiate with the manufacturer, Honeywell as well as interested authorized distributors. Contract award is anticipated to be made on a best value basis with price and past performance being equal. The Government will also evaluate the offeror's performance on previous Government contracts for same/similar items. Prospective offerors shall submit, along with their offer, a minimum of three references from Government Agencies for same/similar items. In the event substantive differences exist among offeror's past performance the Government will reserve the right to displace lower priced proposals in favor of an offer 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. Clauses/provisions: 52.203-3; 52.211-14 (DO X ); 52.211-15; 52.212-1 (NOTE: paragraph (e) of 52.212-1 is not applicable; paragraph (h) of 52.212-1 is not applicable); 52.212-3 Alt l [FILL-IN] (NOTE: paragraph (b) of 52.212-3 is not applicable); NOTE: This provision MUST be filled out completely and submitted with the offer. 52.212-4 (NOTE: FAR Clause 52.212-4 is hereby tailored to incorporate the following (t) Past Performance. The Government will evaluate the performance of the contractor awarded the contract resulting from this solicitation in accordance with FAR 42.15. The following performance rating factors will be utilized: Quality, Cost Control, Timeliness of Performance, Business Relations, Customer Satisfaction); 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;); 52.215-5 (fax # 812-854-3805); 52.242-15; 252.204-7004; 252.212-7000; 252.246-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification 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 Diane L. Pearson, FAX 812-854-3805, e-mail address pearson_d@crane.navy.mil. All required information must be received on or before 19 September 01 at 1200 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. 20010911/28SOL001.HTM (W-250 SN50X0D3)
| 28 - Engines, Turbines and Components Index
|
Issue Index |
Created on September 7, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|