SOLICITATION NOTICE
70 -- LINEAR FLASH MEMORY CARDS "Synopsis/Solicitation"
- Notice Date
- 9/9/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016403R8714
- Response Due
- 9/19/2003
- Archive Date
- 10/19/2003
- Point of Contact
- DIANE PEARSON 812-854-5201 Pearson, Diane, Code 1163WB, Tel 812-854-5201, Fax 812-854-3805 or e-mail pearson_d@crane.navy.mil
- E-Mail Address
-
Email your questions to 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 N00164-03-R-8714 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 as well as DCN 20030821. The North American Industry Classification System (NAICS) Code for this procurement is 334119 and the size standard is 1000 employees. This requirement is for the following: CLIN 0001 ? 2175 each 4MB Linear Flash Memory Cards in accordance with the attached salient characteristics; CLIN 0002 ? 635 each 8MB Linear Flash Memory Card in accordance with the attached s alient characteristics; CLIN 0003 ? Indefinite order 4MB Linear Flash Memory Cards (Same as CLIN 0001) Minimum quantity 1 ? Maximum quantity 4000 over a five-year time period); CLIN 0004 ? Indefinite order 8MB Linear Flash Memory Cards (Same as CLIN 0002) Minimum quantity 1 ? Maximum quantity 600 over a five-year time period). Offerors shall provide pricing on the attached pricing matrix. Delivery of CLINs 0001 and 0002 is required as follows: Quantity 200 each within two weeks after order placement. The remainder shall be evenly divided over the following two months. Future orders shall have a delivery date of 30 days after order placement. Delivery is required F.O.B Destination (NSWC, Crane Division). Final inspection will be at NSWC Crane, IN. Acceptance will occur 14 days after receipt of the cards. Selection for award will be based on past performance and price. In the event that differences exist among offerors? past performance, the Government reserves the right to displace lower-priced proposals in favor an offeror with higher rates past performance. Past performance submissions should include at least three (3) references of customers who have purchased the same or similar items from the offeror. Each reference shall include company name, item name/part number, contract number, point of contact, mailing address, phone number and email address. If possible, the references should be for the same or similar items that have been delivered within the past three years. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. The Government reserves the right to award all or none. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. Offerors shall submit the following: Price matrix completed in its entirety (email is preferred ? pearson_d@crane.navy.mil); complete specifications of the Linear Flash Memory Cards offered; references as denoted above; payment preference (Net 30 or Government Purchase Card ? MasterCard); completed offeror representations and certifications (52.212-3 Alt 1) and subcontracting plan (required from large business concerns only). 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: 52.211-14 (DO A70); 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 (Note: 52.212- 4 is hereby tailored to incorporate (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; 52.219-9; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13 DEVIATION 52.225-13 DEVIATION; 52.232-33; 52.232-36); 52.215-05 (fax #812-854-3805); 52.242-15; 52.219-16; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.219-7003; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). Addend um 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 A125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, NAVSURFWARCENDIV, 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 being made by other than DFAS-Columbus, status of invoice payment can be obtained through the Non-MOCA S 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 Addendum to SF 1449, Blocks 18a and 18b: GOVERNMENT BANKCARD PAYMENT INSTRUCTIONS-Payment under this order is to be made by a third party as indicated by FAR 52.232-36, located elsewhere herein. Upon shipment of supplies or completion of services, the contractor shall contact the government bankcard holder (See DD Form 1449, blk 9) and request the government cardholders account number and expiration date. The contractor shall then request authority for payment from the third party in accordance with FAR 52.232-36(b). Documentation of each charge against the account shall be provided to the bankcard holder (See D D Form 1449, Blk 9). The contractor shall not reveal the purchase card number on any shipping/packing documents. Solicitation/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. ORDERING (OCT 1995) (FAR 52.21618) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the effective date of the contract through five years from the effective date of contract award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. ORDER LIMITATIONS (OCT 1995) (FAR 52.21619) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 1 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor (1) Any order for a single item in excess of (2) Any order for a combination of items in excess of 4000 each of the 4MB Linear Flash Card & 600 each of the 8MB Linear Flash Card or (3) A series of orders from the same ordering office within N/A days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. (c) If this is a requirement contract (i.e., includes the Requirements clause at subsection 52.21621 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximumorder limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for the reasons. Upon receiving this notice, the Government may acquire the supplies or service from another source. INDEFINITE QUANTITY (OCT 1995) (FAR 52.216ᥡ 9;22) (a) This is an indefinitequantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum.? The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Governm ent may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 5 years after contract award. NOTE: Year one is defined as 365 days from date of contract award; year 2 is defined as 365 days from end of year one, etc. In the event of a leap year, 366 days shall apply. The agency authorized to place delivery orders against this contract is: Crane Division, Naval Surface Warfare Center (NAVSURFWARCENDIV Crane) Crane IN 47522. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest. 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 which are not marked in accordance with the above requirements may be refused and returned to the contract or at the contractor's expense. BUSINESS HOURS-Crane Division, Naval Surface Warfare Center, Crane, Indiana, allows flexible working hours for its employees. The normal eighthour 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 awa rd. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed to Diane L. Pearson, FAX 812-854-3805 or e-mailed to pearson_d@crane.navy.mil. All required information must be received on or before 19 September 2003 @ 1230 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
-
To download synopsis/solicitation
(http://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00430299-W 20030911/030909213522 (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 |