SOLICITATION NOTICE
58 -- AN/KAX-1 MARFLIR SYSTEMS
- Notice Date
- 4/19/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404R8522
- Response Due
- 4/23/2004
- Archive Date
- 5/23/2004
- Point of Contact
- MS SUSIE BURRIS 812-854-3696
- Description
- This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line(NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. 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-8522 is hereby issued as a request for Proposal (RFP). Incorporated provis ions and clauses are those in effect through Federal Acquisition Circular 2001-21 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees. This solicitation is issued utilizing other than full and open competition procedures in accordance with FAR 6.302-1(a)(2). Offer will be solicited from FLIR Systems, Inc., 25 Esquire Road, N. Billerica, MA 01862, in accordance with the Statement of Work (SOW) and Performance Specification as attached. CLIN 0001 ? AN/KAX-1 MARFLIR System, P/N 14900-200, as modified by approved ECO?s thru 24 February 2004 (includes SGA, CEU, HCU,DBA, Operator Technical Manual, Reusable Shipping Container), min 1/max 15. CLIN 0002?AN/KAX-1 MARFLIR System with Laser Pointer in accordance with the SOW (includes SGA, CEU, HCU,DBA, Operator Technical Manual, Re usable Shipping Container), min 3/max 15. CLIN 0003--Craft A Install Kit, P/N 15860-200(includes Pedestal Assembly, CEU Mount Assembly, CSA II, Azimuth Gasket, and fasteners), min qty 1/max qty 4. CLIN 0004?Craft A Cable Kit, P/N 15852-200, min qty 1/max qty 8. CLIN 0005?Stabilized Gimbal Assembly (SGA), P/N 15016-200, min 0/max 15. CLIN 0006?Control Electronics Unit (CEU), P/N 15014-200, min 0/max 15. CLIN 0007?Hand Control Unit (HCU), P/N 15020-200, min 0/max 15. CLIN 0008?Display Bracket Assembly (DBA), P/N 15728-200, min 0/max 15. CLIN 0009?Pedestal Assembly, P/N 14902-200, min 0/max 15. CLIN 0010?CEU Mount Assembly, P/N 14883-200, min 0/max 15; CLIN 0011?HCU Mount Assembly, P/N 15883-200, min 0/max 15. CLIN 0012?Extended Warranty, One year, min 0/max 15. CLIN 0013?Extended Warranty, Two years, min 0/max 15. CLIN 0014?Extended Warranty, Three Years, min 0/max 15. CLIN 0015?Data, in accordance with CDRLs 1423 as attached. Delivery is required F.O.B. NSWC Crane 47522 required schedule to be provided under separate cover. Initial inspection will be at source with final inspection and acceptance/rejection will be at NSWC Crane, IN. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This will be an indefinite-quantity, indefinite-delivery, 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. Clauses/provisions: 52.211-14 (DO); 52.211-15; 52.212-1 NOTE: FAR 52.212-1 ADDENDUM as follows: Paragraph (b)(4) is hereby modified to the following: This acquisition will allow for single award for AN/KAX-1 MARFLIR systems, Lowest Replaceable Units, install kits, cable kits, mounting assemblies, extended warranties, and data. Past Performance may be submitted via email to burris_s@crane.navy.mil prior to the close of the solicitation. Add to Paragraph (b) (10) " Past Performance" as follows: (a) PAST PERFORMANCE: (Offeror need to respond to the following past performance questions.) 1. Describe your ability to meet the performance specification requirements, for same/similar systems provided under other contracts. 2. Describe how you maintain quality control and your quality assurance system. 3. Describe your system(s) standard warranty, including items covered and excluded and length of warranty. Discuss the length of coverage and how it relates to expected system reliability. Provide historical information on units ret urned and repaired under warranty ie: number of units, failure/problems, if warranty covered and resolution. 4. For each similar and/or identical system provide no more than three previous contracts (US Government contracts preferred), two points of contact, and phone numbers of customers that have purchased the system(s) in quantities of at least 50 during the past 12 months. (c). Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Paragraph (d) "Product Samples" is hereby deleted. Paragraph (h) "Multiple awards" is hereby deleted. Replace With: SINGLE AWARD FOR ALL ITEMS Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to ma ke a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. Add to Paragraph (i) as follows: The Department of Defense Index of Specifications and Standards (DoDISS) has made available to DoD and non-DoD customers all current standards and specifications, including all Data Item Descriptions (DIDs). Complete indexes are also available, complete subscription, ordering, and pricing information is available from the Defense Printing Service Web Page at http://www.dtic.mil/dps-phila/. Add to Paragraph (j) "Data" as follows: Offeror may provide data in a digital format and/or using electronic online access. END OF ADDENDUM FAR 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; 52.222-19; 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 # 812-854-5066); 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) Descripti on, 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, NAVSURFWARCENDIV, 300 Highway 361, Crane IN 47522-5002. PAYMENT STATUS INQUIRIES-Status of invoice payments can be obt ained 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-Bl k 18a; DD1155 Order for Supplies or Services-Blk 15. Addendum to 52.212-4(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. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest; 52.243-1, Changes Fixed Price; 52.247-34, F.O.B. Destination; 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 closeou t. 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, offsets 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. PROMPT PAYMENT CONSTRUCTIVE ACCEPTANCE (5814) Paragraph FAR 52.232-25(a)(5)(i) of the Prompt Payment clause is hereby changed to: For the sole purpose of computing an interest penalty that might be due the contractor, government acceptance shall be deemed to have occurred constructively on the 30th day after the contractor delivered the supplies or performed the services in accordance with the terms and conditions of the contract, unless there is a disagreement over quantity, quality, or contractor compliance with a contract provision. Payment will be due the vendor in accordance with FAR 52.232-25(a)(1) Due date. (i) Except as indicated in paragraphs (a)(2) and (c) of this clause, the due date for making invoice payments by the designated payment office shall be the later of the following two events: (A) The 30th day after the designated billing office receives a proper invoice from the Contractor (except as provided in paragraph (a)(1)(ii) of this clause). (B) The 30th day after Government acceptance of supplies delivered or services performed. F or a final invoice, when the payment amount is subject to contract settlement actions, acceptance is deemed to occur on the effective date of the contract settlement. (ii) If the designated billing office fails to annotate the invoice with the actual date of receipt at the time of receipt, the invoice payment due date is the 30th day after the date of the Contractor's invoice; provided the designated billing office receives a proper invoice and there is no disagreement over quantity, quality, or Contractor compliance with contract requirements. 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 in formation 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 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. 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 Susie Burris, FAX 812-854-5066 or e-mailed to burris_s@crane.navy.mil. All required information must be received on or before Friday, 23 April 2004, 2:00 p.m. 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. See No te 22.
- Record
- SN00568682-W 20040421/040419212407 (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 |