Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOLICITATION NOTICE

66 -- BATTERY TEST SET

Notice Date
8/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R6927
 
Response Due
9/3/2003
 
Archive Date
10/3/2003
 
Point of Contact
Dale Dewar 8128544795
 
E-Mail Address
Email your questions to point of contact
(dewar_dale@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 N00164-03-R-6927 is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 as well as DCN 20021122. This battery test set will be procured on a sole-source basis from National Instruments Corp., of Austin, TX, in accordance with FAR 6.302-1; i.e., "only one responsible source and no other supplies will satisfy agency requirements". See Note 22. The North American Industry Classification System (NAICS) Code for this procurement is 334119 and the size standard is 1,000 employees. This requirement is for equipment that must be in accordance with attached salient features ? CLIN 0001 ? Quantity of 1 (one) ?Battery Test System: National Instruments System, as follows- Type-1 PC1 Config. ID #?s PX030155/SC030155 (Shipset 1); Type-1 PC2 Config. ID #?s PX030158/SC030262 (Shipset 2); Type-2 PC1 Config. ID #?s PX030160/SC030264(Shipset 3); Type-2 PC2 Config. ID #?s PS030267 (Shipset 4); Type-3 PC1 Config. ID #?s PS030161 (Shipset 5); Type-c PC-2 Config. ID#?s PS030265 (Shipset 6); Type-3 PC-3 Config. ID #?s PS030266 (Shipset 7); Spare parts: ? Quantity of three P/N 776574-492, SCXI-1349 Shielded Cable, 2M; Quantity of two P/N 778492-01 External USB CD-ROM for use with PXI and VXI Embedded Controllers; One P/N 777687-20 SCXI-1320 General Purpose Terminal Block, Cast; One P/N 777795-01 NI PXI-6713 Analog Output Board for PXI 8 analog outputs Kit includes hardware and NI-DAQ for Windows/MAC; One P/N 778241-01 TB-2705, PXI Front-mount Screw Terminal Blk for E/S-Series DAQ; One P/N 778572-66 NI PXI-2566 16 Channel Form C Relay Module; One P/N 778717-66 TB-2666 Terminal Block for NI PXI-2566. Note: All of the above are IAW salient features, see link above - Proposed price for CLIN 0001: $____________. Delivery is required F.O.B. NSWC Crane, IN 47522. CLIN 0001 will be delivered within 30 days of effective date of contract; Final inspection and acceptance will be at destination. Selection: Though National Instruments is only responsible source for this procurement, proposed pricing and delivery schedule will be reviewed for consistency with information available from market research of commercial sales transactions and practices. Warranty: The contractor shall extend to the Government the full coverage of a commercial12-month warranty for all items except cables, which are under warranty for 90 days. This warranty is provided at no additional cost to the Government. Contractor should attach copy of commercial warranty for CLIN 0001 to forthcoming proposal. This is a firm-fixed price contract and is awarded utilizing Simplified Acquisition Procedures. Clauses/provisions: 52.203-3; 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt 1 [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; 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 (fax #812-854-5666); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall pr ovide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. Addendum to 52.212-4(g): The Contractor shall include, as a minimum, the following information on each invoice: (1) Name and address of the Contractor; (2) Invoice number and date and shall be marked "Original Invoice"; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered or services performed and an invoice total; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, NSWC Crane, 300 Highway 361, Crane IN 47522-5002. PAYMENT STATUS INQUIRIES-Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor If the payment is being made by DFAS-Columbus use the MOCAS Vendor Pay Inquiry System (VPIS) site listed on the above web site. It is recommended that the vendor download the "MOCAS VPIS Help Guide" and "Reason and Remark Code Document". You must then register by clicking on "User Registration" under the subheading "MOCAS Vendor Pay Inquiry System" before payment inquiries can be made. If payment is bein g made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCAS System by cage code, contract number or DUNS number at the above listed web site. To determine which system to use see the following blocks of your contract document for payment offices designation: SF 26 Award/Contract-Blk 12; SF 33 Award/Contract-Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. Additional Marking Instructions-In addition to any other marking instructions in this order, it is essential that all packages be accompanied by packing slips (preferably a DD 250) and all packing slips be located on the outside of the box or container and that all packages, shipping papers, and invoices be marked with the following information to permit effective receipt processing and timely payment: 1) Order Number ; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages received that are not marked in accordance with the above requirements may be refused and returned to the contractor at the contractor's expense. BUSINESS HOURS - Crane Division, NSWC allows flexible working hours for its employees. The normal eight-hour shift may be worked between the hours of 6:30 AM and 5:30 PM EST. Many of our employees work 6:30 AM to 3:00 PM as a regular practice. The core time, when all employees are scheduled to work, is 9:00 AM to 3:00 PM. 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. 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 to Dale Dewar, FAX 812-854-4565 or e-mailed to dewar_dale@crane.navy.mil. All required information must be received on or before 4p.m. EST 3 SEP 2003. 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 site: 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. Accounting Data: (To be provided at time of contract award.) ACRN Line Of Accounting (L.O.A.) Amount A1 $ ACRN CLIN (Local Use) Requisition Qty Unit & Price Amount Contract Progress SPECIAL INVOICE/BILLING INSTRUCTION In addition to Payment Office copy, the contractor shall submit 1 copy of the invoice to: VENDOR PAY, CODE 00M, BLDG 3173, NAVSURFWARCENDIV, 300 HIGHWAY 361, CRANE IN 47522-5002, FAX # 812-854-1378, Phone 812-854-4513.PAYMENT STATUS INQUIRIES (for other than bankcard pay) Status of invoice payments can be obtained from the following web site: www.dfas.mil/money/vendor
 
Web Link
to download solicitation and attachments
(http://www.crane.navy.mil/supply/03r6927/03r6927.htm)
 
Record
SN00406523-W 20030821/030819214231 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.