Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

59 -- 59--LIMITER SWITCHES "Synopsis/Solicitation"

Notice Date
2/12/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404R8715
 
Response Due
2/27/2004
 
Archive Date
3/28/2004
 
Point of Contact
CYNTHIA SALAZAR 812-854-2433 Salazar, Cynthia, Code 1163WE, Tel 812-854-2433, Fax 812-854-3805 or e-mail salazar_c@crane.navy.mil
 
E-Mail Address
Email your questions to Click here for POC
(salazar_c@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-8715 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 334419 and the size standard is 500 employees. This procurement will be conducted on a restricted-competition basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. Naval Surface Warfare Center, Crane Division intends to enter into a firm-fixed-price, supply-type, Indefinite-Delivery/Indefinite Quantity contract with an ordering period of five (5) years after award, for limiter switches manufactured by Raytheon Technical Services Company, M/A-COM Inc., or Herley New England. In accordance with FAR 6.302-1(b)(1), it has been determined that the agency?s minimum needs can only be satisfied by the unique supply available from the aforementioned sources. These circumstances permit contracting on other than full and open competition basis. This requirement is for the following: CLIN 0001 ? Limiter Switches, in accordance with Raytheon Drawing no. 929050-1, M/A COM part no. 8438-S182, or Herley part no. MD-160C002-1 (see attached). The minimum quantity of CLIN 0001 is 500 each and the maximum quantity is 1500 each. The minimum quantity (500 each) will be procured following contract award. Offerors shall prov ide pricing on the attached pricing matrix. Delivery is required F.O.B. NSWC Crane 47522 within 270 days after order(s). NOTE: Accelerated delivery of any or all units is acceptable and desirable to the Government. Final inspection and acceptance will be at NSWC Crane, IN. Selection for award will be based on past performance and price. As evaluation factors for award, past performance is significantly more important than price. 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 should include company name, item name/part number, contract number, point of contact, mailing address, phone number, and e-mail address. If possible, the references should be for 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. 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. Contractor must comply with proper security classification as identified in the attached DD 254. Clauses/provisions: 52.204-2, 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 (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 thi s 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; 52.222-19; 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 #812-854-3805); 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 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-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 1 2; SF 33 Award/Contract-Blk 25; SF 1449 Solicitation/Contract/Order for Commercial Items-Blk 18a; DD1155 Order for Supplies or Services-Blk 15. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest; 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, off sets 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. (b) 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. ORDERING (OCT 1995) (FAR 52.216-18) (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 contract award through five years after effective date of 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 52.216-19) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50 each Limiter Switches, 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 500 each Limiter Switches; (2) Any order for a combination of items in excess of ______________; or (3) A series of orders from the same orderin g office within N/A days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 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 maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 and the reasons. Upon receiving this notice, the Government may acquire the supp lies or services from another source. INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22) (a) This is an indefinite-quantity 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, ther e is no limit on the number of orders that may be issued. The Government 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 all items ordered during the effective period of the contract have been delivered. The agency authorized to place delivery orders against this contract is: Crane Division, Naval Surface Warfare Center (NAVSURWARCENDIV Crane), Crane, IN 47522. 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 emp loyees. 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. 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 Ms. Cynthia C. Salazar, FAX 812-854-3805 or e-mailed to salazar_c@crane.navy.mil. All required information must be received on or before 27 February 2004 at 12:00 PM Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to im prove 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
SN00521718-W 20040214/040212212945 (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.