SOLICITATION NOTICE
13 -- MK 161 MOD 0 NON-ELECTRIC DETONATOR
- Notice Date
- 9/28/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404Q0406
- Response Due
- 10/28/2004
- Archive Date
- 11/26/2004
- 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 Crane. This is a combined synopsis/solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13, 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-Q-0406 applies and is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-23 as well as DCN 20040608. The North American Industry Classification System (NAICS) Code is 325920 and the business size standard is 750 employees. This requirement is for MK 161 MOD 0 NON-ELECTRIC DETONATORS, in accordance with Automated Data List (ADL) 53711-7624830, associated drawings, specifications, and cdrls to be provided in the solicitation package. The Government requires a quantity of 100 first article units and will purchase! production units on a Cost As An Independent Variable basis, with $100,000 available. First Article units are due to be tested at the Government facility NSWC,Crane IN,47522 180 days after contract award, with first article test report due 30 days after testing. Note: First Article Waiver (5302) The Government reserves the right to waive first article testing and approval if supplies similar or identical to those called for have been previously delivered by the offeror and accepted by the Government. The first article units , if required, may not be delivered as part of the contract production quantity. See FAR clause 52.209-4) A safety survey of the successful offeror will be conducted prior to award to ensure compliance with DFAR clauses 252.223-7002 and 252.223-7003. Delivery of production units is required F.O.B. Destination to NSWC, Crane, IN within 60 days after Government notification of first article approval. The technical data package contains information that i! s export controlled. Only those companies that have completed DD form 2345, and are certified under the Joint Certification Program, are authorized to receive the package. Additional information is available at http://www.dlis.dla.mil/jcp/. Interested contractors must contact Mike Harbison, for CDs, which contain all of the applicable specifications and drawings. E-mail: michael.harbison@navy.mil or by fax at 812-854-3717. Final inspection will be at NSWC Crane. Selection for award will be based on price. Quotes that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. All responsible sources may submit a quote that will be considered by the Agency. A Firm-Fixed Price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and clauses apply: 52.213-4 (incorporating 52.247-34; 52.204-6;52.209-3; 52.209-6; 52.211-5; 52.211-14 (** DO); 52.211-15; 52.219-6; 5! 2.222-19; 52.222-22; 52.232-23; 52.242-15; 52.242-17; 52.243-1; 52.246-1; 52.246-16; 52.252-2; 252.204-7001; 252.204-7003; 252.204-7004 Alt A; 252.225-7001; 252.225-7002; 252.225-7005; 252.225-7012; 252.225-7031; 252.225-7037; 252.225-7043; 252.243-7001; 252.246-7001; 252.247-7023 Alt III). NOTE: The following provisions with a ?Fill-in? MUST be filled out completely and submitted with the offer: 52.207-4 [FILL-IN]; 52.219-1 [FILL-IN]; 52.222-18 [FILL-IN]; 52.222-25 [FILL-IN]; 252.225-7000 [FILL-IN]; 252.225-7036 [FILL-IN]. 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 A‑125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO:DFAS San Diego, PO Box 429009, San Diego, CA 92142-9009. 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 C! ode 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 foll! owing information to permit effective receipt processing and timely payment: 1) Order Number; 2) Contract Line Item Numbers. The invoice shall be clearly marked as ?original invoice? and all required information submitted to the address(es) listed herein. The foregoing requirements must be passed on to any organization entity originating a shipment as a deliverable under this order. Caution: Any packages and invoices 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-NSWC Crane, 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. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging a! nd packing is authorized unless otherwise specified. TAX EXEMPTION-Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts NSWC Crane, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 ASSIGNED. Please provide your Commercial and Government Entity (CAGE), Data Universal Numbering System (DUNS) number and Taxpayer Identification Number (TIN). 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 at www.ccr.gov. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For cha! nges made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Offers may be faxed to Mike Harbison, FAX 812-854-3717 or e-mailed to michael.harbison@navy.mil. All required information must be received on or before 28 Oct 2004 2:30 PM 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 solicitation
(http://www.crane.navy.mil/supply/synop/04Q0406.htm)
- Record
- SN00683532-W 20040930/040928212250 (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 |