COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS
28 -- CONTINENTAL INDUSTRIAL DIESEL ENGINE
- Notice Date
- October 25, 2001
- Contracting Office
- Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-02-R-0002
- Response Due
- November 2, 2001
- Point of Contact
- Pearson, Diane, Code 1163WB, Tel 812-854-5201, Fax 812-854-3805, e-mail pearson_d@crane.navy.mil
- E-Mail Address
- Click here for POC (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 N00164-02-R-0002 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 20011001. The North American Industry Classification System (NAICS) Code for this procurement is 336312 and the size standard is 750 employees. This requirement is for the following: CLIN 0001 60 each Continental Industrial Diesel Engine Model Number TMD27-08733. CLIN 0002 -- Option 1 Quantity 60 each Continental Industrial Diesel Engine Model Number TMD27-08733. Option one shall be exercised within 365 days after contract award. DO NOT FACTOR SHIPPING CHARGE IN TO THE PRICE. The engines will be picked up by NAVAIRSEFAC Solomons, MD at the contractor's facility. This requirement is for Continental Industrial Diesel Engine Model Number TMD27-08733 "Brand Name Only" in accordance with FAR 6.302-1. This engine must meet form, fit and function of the AS/32A-30A Support Equipment Tow Tractor. Spare parts, documentation, maintenance training, and test equipment are in place for the Fleet to support this specific engine. The engines are required within 90 -- 120 days after contract award. Final inspection and acceptance will be at NAVAIRSEFAC Solomons, Maryland. Option quantity is required within 90 120 days following exercise of option. Payment method is either via Government Purchase Card MasterCard, or Invoicing. Along with your proposal, state method of payment. Contract award is anticipated to be made on a best value basis with price and past performance being equal. Proposals will be evaluated inclusive of options. The Government will evaluate each offeror's performance on previous Government contracts for same/similar items. Along with your proposal, provide a list of three to five of your most recent contracts within the past three years, either completed or on-going, for the same/similar products. Contracts should be with U.S. Government Agencies, but contracts with other commercial concerns are also acceptable. Provide agency names, point's of contact and phone numbers. Your proposal must include the references. 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-A70); 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) (NOTE: paragraph (o) of 52.212.4 is not applicable, the warranty is one year from date of acceptance at no additional charge to the Government (NOTE: If payment is made via Government Purchase Card MasterCard, paragraph (g) of 52.212-4 is not applicable); 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; 52.232-36); 52.215-5 fax # 812-854-3805; 52.242-15; 52.217-4; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). OPTION FOR INCREASED QUANTITY -- SEPARATELY PRICED LINE ITEM (MAR 1989) (FAR 52.217-7) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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 party at the end 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 party associated with collected such small dollar amounts could exceed the amount to be recovered. 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 @ www.ccr.gov. NOTE: If payment is made via Government Purchase Card, Master Card, CCR registration is NOT required. 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. Diane L. Pearson, FAX 812-854-3805, e-mail address pearson_d@crane.navy.mil. All required information must be received on or before 2 November 01 at 1200 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, 300 Highway (http://www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20011029/28SOL003.HTM (W-298 SN5115P6)
| 28 - Engines, Turbines and Components Index
|
Issue Index |
Created on October 25, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|