Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2002 FBO #0238
SOLICITATION NOTICE

80 -- PAINTS, PRIMERS AND THINNERS "Synopsis/Solicitation"

Notice Date
7/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R8204
 
Response Due
8/12/2002
 
Point of Contact
SANDRA WOODS 812-854-1687 Woods, Sandra, Code 1163WS, Tel 812-854-1687, Fax 812-854-3805 or e-mail woods_s@crane.navy.mil
 
E-Mail Address
Email your questions to Click here for POC
(woods_s@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-8204 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2002-08 as well as DCN 20020531. The North American Industry Classification System (NAICS) Code for this procurement is 325510 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 various paints, primers, thinners on an as needed basis. The types of paints, primers and thinners are located in the attached Statement of Work (SOW) which also includes the Pr oduct Description List. This will be a five-year contract with a ceiling of $3,000,000.00. The contract will expire in five years after contract award or when funds are exhausted, whichever comes first. The vendors shall submit the attached Vendor Quote Form, which can be downloaded in a pdf file, for each year during the 5-year period. Delivery is required F.O.B. at the locations listed in the attached SOW, which can be downloaded in a pdf file, within 24 hours after notification of the Technical Monitors (TMs) which are listed in the SOW. As stated in the SOW, the TMs only responsibility is placing the orders and coordinating the deliveries. The TMs have no authority to impose additional requirements or delete the existing requirements. The final inspection will be at the five locations, which are listed in the SOW. Selection for award will be based on past performanc e and price, which are considered equal. In the event differences exist among offerors? past performance, the Government has reserved the right to displace lower priced proposals in favor of an offeror with superior past performance. The evaluated price will be calculated based on the summation of proposed yearly prices for all 5 years. Multiple awards will be considered if determined to be in the best interest of the Government. 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. Clauses/provisions: 52.203-3; 52.21 1-14 (DO A-70); 52.211-15; 52.212-1; (NOTE: 52-212-1 is tailored by addendum. Change paragraph (c) from 30 days to 60 days and paragraph (d) is deleted.) 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: 52212-4 is tailored by addendum. Add paragraph (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 factors will be utilized: Quality, Cost Control, Timeliness of Performance, Business Relations, Customer Satisfaction.) 52-212-5 (incorporating 52.219-4; 52.219-8; 52.219-9; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33; 52.232-36); 52.215-05 (fax 812-854-3805); 52.223-3; 52.242- 15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 525.219-7003; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). SUBCONTRACT DATA REQUIRED - It is the intent of the Government to encourage the use of Small Business, Small and Disadvantaged Businesses and Woman Owned Businesses whenever practicable. Describe the extent to which your company has identified and committed to provide for participation by small, small and disadvantaged businesses (SDB), woman owned businesses (WOB), historically black colleges and universities, or other minority institutions for the performance of this effort. The Offeror shall provide sufficient information to demonstrate that the tasks assigned the selected small and/or SDB and WOB subcontractors are meaningful in the sense that they will be performing functions important to the overall success of the program and also broaden t he subcontractor's technical capability. The offeror shall describe their management approach for enhancing small, SDB and WOB subcontractor's technical capability. Of special interest is the amount and type of work to be performed by the subcontractors. The offeror shall explain the reasons for and advantages of selecting particular subcontractors. Performance shall be separate from subcontracting plans to be submitted by large businesses pursuant to FAR 52.219-9, but must incorporate the goals stressed herein. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. GOVERNMENT BANKCARD PAYMENT INSTRUCTIONS ? Payment under this order is to be made by a third party as indicated by FAR 52.232-36, located elsewhere herein. Upon shipment of supplies or completion of services, the contractor shal l contact the government bankcard holder (See DD Form 1155, blk 6) and request the government cardholders account number and expiration date. The contractor shall then request authority for payment from the third party in accordance with FAR 52.232-36(b). Documentation of each charge against the account shall be provided to the bankcard holder (See DD Form 1155, Blk 6). The contractor shall not reveal the purchase card number on any shipping/packing documents. 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 Numbe r; 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. 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 agree d 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, 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. PREPARATION FOR DELIV ERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging and packing is authorized unless otherwise specified. MOST FAVORED CUSTOMER ASSURANCE?The contractor agrees that the prices for the supplies or services furnished under this contract are as low or lower than those charged the supplier?s most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts for prompt payment. TAX EXEMPTION?Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts Crane Division, Naval Surface Warfare Center, Crane, Indiana, as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. 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 an d annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ www.ccr.gov. 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. Sandra Woods, FAX 812-854-3805 or e-mailed to woods_s@crane.navy.mil. All required information must be received on or before August 12, 2002 at 12:00 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.
 
Web Link
To download synopsis/solicitation
(http://www.crane.navy.mil/supply/synop/02r8204.htm)
 
Record
SN00126632-W 20020728/020726213831 (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.