Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2004 FBO #0803
SOLICITATION NOTICE

14 -- Hardware for the full assembly of six AEGIS Readiness Assessment Vehicles.

Notice Date
2/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 4363 Missile Way Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6339404R1155
 
Response Due
2/6/2004
 
Archive Date
3/7/2004
 
Point of Contact
Kimberly A. Barnard (805)228-0602 James E. Hall, Contracting Officer, (805)228-6282.
 
E-Mail Address
Email your questions to Kimberly A. Barnard
(barnardka@phdnswc.navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items, per FAR 13.5 utilizing the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes solicitation N63394-04-R-1155. A written solicitation will not be issued. N63394-04-R-1155 is issued as a Request for Proposal on a sole source basis to DTI Associates, Incorporated, Arlington, VA. The North American Industry Classification System (NAICS) is 336419 and the size standard is 1000. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition circular 2001-18 dated 12 January 2004 and 2001-19 dated 1 January 2004. The contract type is Firm-Fixed-Price. The following items and quantities are required: PHASE QTY NOMENCLATURE Stage 1 4 New Launch Lugs Stage 2 8 New launch Lugs Stage 2 VSM umbilical Stage 2 TM 2 Module & brackets Manacle rings 5 Stage 3 Motor 2 Tail cans Stage 3 Motor 2 aft adapter rings Stage 3 Motor 2 forward adapter rings Stage 3 Umbilical Stage 3 VSM 2 Modules Stage 3 3 Chamber Pressure Gages Stage 3 VSM 2 Separation systems Stage 3 VSM 2 Despin systems Stage 3 VSM 5 G-timers Stages 2 & 3 Misc Ordnance & test squibs Stage 3 VSM 2 Stepper Switches Stage 2 & 3 TM 4 External Insulation for Antennae Stage 3 TM 2 Module & brackets Stage 2,3 & Nose tip Wiring Harnesses Stage 2,3 & Nose tip Misc Connectors Separating Nose Tip 2 Base rings Separating Nose Tip 4 Cold Gas Thrusters Separating Nose Tip 2 Pneumatic systems Separating Nose Tip 2 Pneumatics Support structure Separating Nose Tip 2 RCS ring-frame structures S eparating Nose Tip 2 Composite Nose end rings Separating Nose Tip 2 Composite Nose Cones Separating Nose Tip 2 units 8 sheets Phenolic Cork insul Separating Nose Tip 2 Forward nose assemblies Thermisters stage 2, 3 & Nose 216 Instrument & wiring STAR 20B 5 Static Test + 5 flt motors Misc fasteners & brackets Warranty: The contractor shall provide their Standard Commercial Warranty and shall information of the length of the warranty, effective date, specific terms and conditions and warranty service provided with the company name and telephone number. Preservation, Packaging and Packing shall be in accordance with ASTM Designation D3951-98, ?Standard Practice for Commercial Packaging?. Marking of outer shipping containers, packs, bundles, etc. shall be in accordance with the ASTM Designation D3951-98 ?Commercial Packaging?. Inspection and acceptance shall be performed at source by a representative of the cognizant contract administration office in coordination with the Navy Technical Representative for this requirement. Delivery shall be on or before 15 March 2004. The following provisions/clauses are incorporated by reference: CLAUSES INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors--Commercial Items JAN 2004 52.219-3 Notice of Total HUBZone Set-Aide JAN 1999 52.222-3 Convict Labor JUN 2003 52.233-3 Protest After Award AUG 1996 52.243-5 Changes and Changed Conditions APR 1984 52.246-1 Contractor Inspection Requirements APR 1984 52.246-17 Warranty Of Supplies Of A Noncomplex Nature JUN 2003 52.247-30 F.O.B. Origin, Contractor's Facility APR 1984 252.219-7011 Notification to Delay Performance JUN 1998 252.225-7016 Restriction On Acquisition Of Ball and R oller Bearings APR 2003 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 CLAUSES INCORPORATED BY FULL TEXT 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUL 1995) (a) Except as provided in (b) of this clause, the Contractor shall not enter into any agreement with an actual or prospective subcontractor, nor otherwise act in any manner, which has or may have the effect of restricting sales by such subcontractors directly to the Government of any item or process (including computer software) made or furnished by the subcontractor under this contract or under any follow-on production contract. (b) The prohibition in (a) of this clause does not preclude the Contractor from asserting rights that are otherwise authorized by law or regulation. (c) The Contractor agrees to incorporate the subs tance of this clause, including this paragraph (c), in all subcontracts under this contract which exceed $100,000. (End of clause) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2003) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in t he item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this con tract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as i t is reasonably possible after the commencement or any excusable delay, setting for the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer- -Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.-- (1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract. (2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315. (3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause. (4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made. (5) Overpayments. If the Contractor becomes aware of a duplicate contract fina ncing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate th is contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to in fluence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 327, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) the Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause at 52.212-5; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other par agraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a p roperly executed contractual document. (2)(i) If a Contractor has legally changed its business name, ?doing business as? name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the ?Suspension of Payment? paragraph of the electronic funds transfer (EFT) clause of this contract. (3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient o ther than that Contractor will be considered to be incorrect information within the meaning of the ?Suspension of payment? paragraph of the EFT clause of this contract. (4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (End of clause) The offeror must provide the information contained in 52.212-1 instruction to offeror-commercial items, 252.212-7000 Offeror Representative and Certification ? Commercial Items and must include a completed of 52.2212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. 52.212-2 Evaluation ? Commercial Items, (a) The Government will award a firm-fixed-price contract resulting from this solicitation on a sol e source basis to DTI Associates, Inc. Arlington, VA. The proposal shall include descriptive literature containing sufficient technical documentation to establish a bona fide capability to meet this requirement and pricing back up to support those commercial off the shelf items. An original and two (2) copies of the proposal shall be submitted to the attention of Kimberly A. Barnard (805) 228-0602, email: barnardka@phdnswc.navy.mil by 24 February 2004 at 2:00 PM Pacific Standard Time. Note #22 applies to this procurement.
 
Record
SN00517866-W 20040208/040206212617 (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.