|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1999 PSA#2403Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL
N00164-99-Q-0235 DUE 081999 POC Ms. Diane Pearson, Code 1163W7,
telephone 812-854-5201, FAX 812-854-3805; Luann Shelton, Contracting
Officer WEB: click here to download copy of RFQ,
http://www.crane.navy.mil/supply. E-MAIL: click here to contact via
e-mail, pearson_d@crane.navy.mil. This is an Electronic
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. A Written Solicitation Will Not Be Issued.
Solicitation #: N00164-99-Q-0235 applies and is issued as a Request for
Quote (RFQ). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-12
and Defense Acquisition Circular 91-13. The standard industrial code
is 3728 and the business size standard is 1000 employees or less. The
Navy has a requirement for 50 Each shouldered shafts, Allied Signal
Part Number 955125-1, brand name only. The related NSN 3040004182346.
If stock exists, all shouldered shafts must be in A condition. A firm
fixed price contract will be awarded utilizing Simplified Acquisition
Procedures. Delivery is required 6 months after contract award, FOB
Destination, NAVSURFWARCENDivision, Crane, IN with inspection and
acceptance at destination. FAR Part 12 procedures will not apply. The
Government intends to award to the responsible contractor whose
quotation is the most advantageous to the Government considering price
and price-related factors. The offers will be evaluated on the
following factors: Technical specification compliance, past performance
and price. Technical specification compliance and past performance are
equal, and when taken together are significantly more important than
price. The Contractor shall provide past performance for same/similar
products/specifications with other Government Agencies, public or local
Government for the past three years. All responsible sources may submit
an offer which will be considered by the agency. The following
provisions apply to this acquisition: 52.203-3 Gratuities; 52.222-25
Affirmative Action Compliance [FILL-IN]; 52.222-26 Equal Opportunity;
52.232-1 Payments, 52.233-1 Disputes; 252.243-7001 Pricing of Contract
Modifications; 52.246-1 Contractor Inspection Requirements; 52.252-2
Solicitation Provisions Incorporated by Reference; 52.219-1 Small
Business Program Representations [FILL-IN]; 52.232-23 Alt I Assignment
of Claims; 52.222-36 Affirmative Action for Workers with Disabilities;
52.225-11 Restrictions on Certain Foreign Purchases; 252.225-7000 Buy
American Act-Balance of Payments Program Certificate; 252.225-7001 Buy
American Act and Balance of Payments Program; 252.225-7002 Qualifying
Country Sources as Subcontractors; 252.225-7009 Duty-Free entry
Qualifying Country End Products and Supplies; 52.232-8 Discounts for
Prompt Payment; 52.204-3 Taxpayer Identification [FILL-IN]; 52.207-4
Economic Purchase Quantity-Supplies [FILL-IN]; 52.219-8 Utilization of
Small, Small Disadvantaged and Women-Owned Small Business Concerns;
52.222-21 Certification of Nonsegregated Facilities; 52.222-35
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era; 52.211-5 Material Requirements; 52.246-16
Responsibility for Supplies; 52.249-1 Termination for Convenience of
the Government (Fixed Price) (Short Form); 52.225-3 Buy American
Act-Supplies; 52.233-3 Protest after Award; 52.222-20 Walsh-Healey
Public Contracts Act; 52.222-22 Previous Contracts and Compliance
Reports; 52.243-1 Alt I Changes-Fixed-Price; 52.211-14 Notice of
Priority Rating for National Defense Use; 52.219-6 Notice of Total
Small Business Set-Aside; 52.219-14 Limitations on Subcontracting;
52.222-3 Convict Labor; 252.246-7000 Material Inspection and Receiving
Report; 52.249-1 Termination for Convenience of the Government
(Fixed-Price) (Short Form); 52.249-8 Default (Fixed-Price Supply and
Service); 52.232-25 Prompt Payment; 52.247-34 F.O.B. Destination;
Business The offeror should also provide its Commercial and Government
Entity (CAGE) code, Contractor Establishment Code (DUNS number) and
Tax Identification Number. SPECIAL NOTE The Director, Defense
Procurement has revised DFARS to require contractors to be registered
in the Central Contractor Registration (CCR) as a condition for receipt
of contract award effective 1 June 1998. Offerors may obtain
information on registration and annual confirmation requirements by
calling 1-888-227-2423, or vial the Internet at
http://ccr.edi.disa.mil. For further detains regarding the requirements
of CCR, offerors are advised to review the requirements of DFAR
252.204-7004 contained herein. 252.204-7004 Required Central Contractor
Registration. [As prescribed in 204.703], use the following clause:
Required Central Contractor Registration (MAR 98) (a) Definitions. As
used in this clause (1) Central Contractor Registration (CCR database
means the primary DOD repository for contractor information required to
the conduct of business with DOD. (2) Data Universal Numbering System
(DUNS) number means the 9-digit number assigned by Dun and Bradstreet
Information Services to identify unique business entities. (3) Data
Universal Numbering System +4(DUNS+4) number means the DUNS number
assigned by Dun and Bradstreet plus a 4-digit suffix that may be
assigned by a parent (controlling) business concern. This 4-digit
suffix may be assigned at the discretion of the parent business concern
for such purposes as identifying sub-units or affiliates of the parent
business concern. (4) Registered in the CCR database means that all
mandatory information, including the DUNS number or the DUNS+4 number,
if applicable, and the corresponding Commercial and Government Entity
(CAGE) code, is in the CCR database; the DUNS number and the CAGE code
have been validated; and all edits have been successfully completed.
(b)(1) By submission of an offer, the offeror acknowledges the
requirement that a prospective awardee must be registered in the CCR
database prior to award, during performance, and through final payment
of any contract resulting from this solicitation, except for awards to
foreign vendors for work to be performed outside the United States. (2)
The offeror shall provide it DUNS or, if applicable, its DUNS+4 number
with its offer, which will be used by the Contracting Officer to
verify that the offeror is registered in the CCR database. (3) Lack of
registration in the CCR database will make an offeror ineligible for
award. (4) DOD has established a goal of registering an applicant in
the CCR database within 48 hours after receipt of a complete and
accurate application via the Internet. However, registration of an
applicant submitting an application through a method other than the
Internet may take up to 30 days. Therefore, offerors that are not
registered should consider applying for registration immediately upon
receipt of this solicitation. (c) The Contractor is responsible for the
accuracy and completeness of the data within the CCR, 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 confirm on an
annual basis that its information in the CCR database is accurate and
complete. (d) Offerors and contractors may obtain information on
registration and annual confirmation requirements by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. 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.
Quotations and the above required information must be received at the
above contact point in this office on or before 19 August 99 at 12:00
PM (Noon) Eastern Standard Time. Inquiries may be submitted to Diane L.
Pearson via e-mail at pearson_d@crane.navy.mil or fax number
812-854-3805. Numbered Note Posted 08/03/99 (W-SN362619). (0215) Loren Data Corp. http://www.ld.com (SYN# 0350 19990805\59-0007.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|