Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2002 FBO #0087
SOLICITATION NOTICE

59 -- SPECIAL PURPOSE ELECTRIC CABLE COMBINED SYNOPSIS/SOLICITATION

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
CODE 1164EE, BLDG. 64, 300 HIGHWAY 361, CRANE IN 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016402R6711
 
Response Due
3/18/2002
 
Archive Date
4/17/2002
 
Point of Contact
Dale Dewar 812-854-4795
 
E-Mail Address
Email your questions to Click here to email point of contact
(dewar_dale@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 N00164-02-R-6711 is hereby issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DCN 20010129. The North American Industry Classification System (NAICS) Code for this procurement is 335929 and the size standard is 1,000 employees. This requirement is for the following: CLIN 0001 ? Cable, Special Purpose Electric, General Electric P/N 77C721887 (BIW P/N 021573), 29,000 feet, brand name or equal; CLIN 0002 - ? Cable, Special Purpose Electric, General Electric P/N 77 C721887 (BIW P/N 021573), brand name or equal, Indefinite Delivery Indefinite Quantity (IDIQ) ? See Table 1. First Article testing will be required for any offeror who has not previously produced this particular cable (i.e. GE P/N 77C721887). The Government reserves the right to waive first article testing and approval if supplies equivalent to those called for have been previously produced by the offeror and accepted by the Government. This cable is to be provided in 102-foot lengths (+/- 1?). The Salient Characteristics for this cable are on GE drawing 77C721887. CLIN 0001 ? Contract minimum, Quantity of 29,000 feet, Cable, Special Purpose Electric, General Electric P/N 77C721887 Brand Name Or Equal. Price per foot $________ Extended Price $_________ CLIN 0002 ? Same as CLIN 0001. Offerors shall provide pricing for the IDIQ table below. The Government shall have the right to place delivery order(s) for any quantity between the minimum of 1,020 feet and the maximum of 326,400 feet during the life of the contract. A maximum of 326,400 feet may be ordered under the IDIQ portion of this contract for IDIQ CLIN 0002, Table 1, during the life of this contract. The Government is not obligated to order any quantities in excess of the contract minimum, identified as CLIN 0001 above. Offerors must submit pricing for all stepladder quantities contained in the quantity range for CLIN 0002 ? Table 1. Offerors shall permit the Government to interpolate prices between stepladder quantities on a straight-line basis for CLIN 0002. In order to provide pricing for quantities ordered that fall between those listed below, the following formula will apply. UP = UPnh + (Qh ? QO) * ((UPnl ? UPnh) / (Qh ? Ql)) Where: UPnh = Unit Price for the high er quantity (range upper limit) in the applicable ordering period UPnl = Unit Price for the lower quantity (range lower limit) in the applicable ordering period Qh = Quantity at the range upper limit Ql = Quantity at the range lower limit QO = Quantity being ordered Offerors should provide unit prices (i.e. price per foot of cable) for each ordering year on the table below. All quantities of cable are to be in 102-foot lengths (+/- 1?). TABLE 1 ? CLIN 0002 (Cable, Special Purpose Electric, General Electric P/N 77C721887 Brand Name Or Equal) Quantity Unit YEAR 1* PRICE/Foot YEAR 2* PRICE/Foot YEAR 3* PRICE/Foot YEAR 4* PRICE/Foot YEAR 5* PRICE/Foot 1,020 FT $ $ $ $ $ 10,200 FT $ $ $ $ $ 40,800 FT $ $ $ $ $ 163,200 FT $ $ $ $ $ 326,400 FT $ $ $ $ $ Ordering Years for CLIN 0002, Table 1: Year 1 = Effective date of Contract to 30 April 2003; Year 2 = 1 May 2003 to 30 April 2004; Year 3 = 1 May 2004 to 30 April 2005; Year 4 = 1 May 2005 to 30 April 2006; Year 5 = 1 May 2006 to 30 April 2007 Prices will be evaluated by adding weighted unit prices for each ordering year, derived from the values in Table 1 above, to the total pricing proposed for the contract?s minimum quantity (i.e. extended price for 29,00 feet of cable) of CLIN 0001. A price evaluation preference will be given for HUBZone Small Business Concerns (FAR 19.1308). HUBZones can be verified at www.sba.gov/hubzone. Delivery is required FOB destination (NSWC Crane, IN) within 120 days after effective date of order. Final inspection and acceptance will be at NSWC Crane, IN. Selection for award will be based equally on past performance and price. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This requirement is issued as a full and open competition for a firm fixed-price contract for brand name or equal supplies. This contract 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: 52.203-3; 52.211-6; 52.209-3 (First Article Approval ? Contractor Testing); 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations and Certifications and forward with proposal); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33;); 52.215-05 (812-854-3465 fax #); 52.216-22 (IDIQ); 52.242-15; 252.204-700 4; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.24307002; 252.247-7023). Other NAVSEA activities will be authorized to place orders against this contract. FIRST ARTICLE (CONTRACTOR TESTING) (NAVSEA) (SEP 1990) - (5410) (a) For the purpose of this contract, the "First Article" is synonymous with the terms "preproduction model(s)" and "preproduction equipment." (b) The First Article shall conform in every respect to the requirements of this contract and shall be fully tested by the Contractor at its own expense to determine compliance with said requirements. The production equipment shall be manufactured with tools, material and methods, which are the same as or representative of the tools, material, and methods which were used to manufacture the First Article. The offeror shall provide its Commercial and Government Entity (CAGE) Code, DUNS n umber, and Tax 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 @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. 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 Dale Dewar at 812-854-3465, or e-mailed to Dewar_Dale@crane.navy.mil. All required information must be received on or before 18 March 2002@ 1400 PM Eastern Standard Time. Our mission is to provide quality and respons ive 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
Click here to download drawing
(http://www.crane.navy.mil/supply/02r6711/02R6711.htm)
 
Record
SN00030769-W 20020227/020225213321 (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.