Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOLICITATION NOTICE

81 -- SHIPPING AND STORAGE CONTAINER

Notice Date
11/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404R8501
 
Response Due
11/19/2003
 
Archive Date
12/19/2003
 
Point of Contact
MS JUSTINE KIRBY 812-854-5606
 
E-Mail Address
Email your questions to to reach point of contact
(kirby_j@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 N00164-04-R-8501 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 331319 and the size standard is 750 employees. This requirement is for the following: CLIN 0001, 59 each Shipping/Storage Containers, manufactured in accordance with the following drawings: NAVAIR 3717AS100 Rev C (Container, Shipping and Storage, FLIR Turret Unit), as altered b y NSWC Drawings: 85000000 Rev A (Container), 85000001 (Instructions) and 85000002 (Nameplate, TU Container), and NAVAIR Drawings 3717AS101 Rev C (Base), 3717AS102 Rev A (Cover), 3717AS103 (Mount Plate Assy), 3717AS106 (Cushion). Can be uploaded at this site. Delivery is required F.O.B. Destination to McKinney, Texas 75070 (57 units) and NSWC Crane 47522 (2 units) within 180 days from the effective date of the contract. Final inspection and acceptance will be at origin by an authorized Government Representative. Selection for award will be based on past performance and price. 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 cover age of commercial sale warranty provided such warranty is available at no additional cost to the Government. The following clauses and provisions are hereby incorporated by reference: 52.211-14 (DO ); 52.211-15; 52.212-1 (note paragraph (b)(4) is not applicable); 52.212-2 EVALUATION--COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past performance is slightly more important than price. As the degree of equality of past performance increases, the importance of price will increase. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specifie d in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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; The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledg ment of receipt from Contracting Officer, NSWC Crane, Attn: Code 1165/Mary Sheetz, 300 Highway 361, Crane, IN 47522-5001. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. (End of provision); 52-212-5 (incorporating 52.203-6 Alt 1; 52.219-4; 52.219-8; 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); 52.215-05 (FAX # 812-854-5606); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 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). Addendum to 52.212-4(g): The Contractor shall include, as a minimum, the following information on each invoice: (1) Name and addres s 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 numb er 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-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 which 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, 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 b e 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 Justine Kirby, FAX 812-854-5066 or e-mailed to kirby_j@crane.navy.mil . All required information must be received on or before 2:00 pm on 11/19/2003 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. Numbered Note 1 applies (The proposed contract i s 100% set aside for small business concerns).
 
Record
SN00464521-W 20031106/031104213124 (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.