Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2002 FBO #0265
SOLICITATION NOTICE

58 -- KENWOOD RADIOS AND EQUIPMENT

Notice Date
8/22/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016402R0144
 
Response Due
9/3/2002
 
Point of Contact
Gay Catt 812-854-3861
 
E-Mail Address
Email your questions to point of contact
(catt_gd@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-0144 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08 as well as DCN 20020531. The North American Industry Classification System (NAICS) Code for this procurement is 334310 and the size standard is 750 employees. This requirement is for Kenwood Brand Name products as following: CLIN 0001 ? LTR-32, Conventional Mobile,136-162Mhz, 45 Watt LTR-32 System Conv. 250 Channels, quantity 59 each; 0002 ? TK780 Passport Network ESN for Wide Area Trunki ng, quantity 59 each; 0003 ? TK280K2 Portable Units 136-162Mhz, 5 watt LTR-32 System Conv. 250 Channels with Antenna, KSC-24 Rapid Charger and KNB-21NiMH Batt, quantity 61 each; 0004 ? TK280 Passport Network ESN for Wide Area Trunking quantity 61 each; 0005 ? VS410 Transcrypt Voice Scramble Random Hop Module, quantity 120 each; 0006 ? Installation for scrambler modules, quantity 120 each; 0007 ? KNB-21N Battery quantity 61 each; 0008 ? KMB-14 Charger six unit multicharger, uses rapid charger furnished with each portable, mounts six radios per pack, quantity 11 each; 0009 ? TKR-750K2 Kenwood Repeater, 100 Watt Continuous Duty, include Power Supply, Power Amplifier mounted in open rack, Battery Back-ups and Battery, quantity 3 each; 0010 ? TPRD1554 Telewave Duplexer, 4 cavity (250KHz minimum separation), quantity 3 each; 0011 ? ASP682 Antenna Specialist Base Station, 146-154MHZ, 16.2? Fiberglass Pole, quantity 3 each; 0012 ? ISB50LN Lightning Protector Ployphaser Coaxial lightning Protector, quantity 3 each; 0013 ? LCG12 Transmission Cable, 120? Cablewave LCF12-50 ?? Heliax Cable, quantity 450 feet; 0014 ? 738801-A Heliax Connector, Cablewave Solid Brass, Type N Female, quantity 6 each; 0015 ? WGK-S12 Grounding Kit Wireless Solution for ?? Heliax, quantity 3 each; 0016 ? AE313 Line Hangers Band-It AE 313 Stainless Steel, quantity 90 each. Delivery is required F.O.B. NSWC Crane 47522 not later than 30 September 2002. (Although quantities have been provided for each line item, indicate in your proposal only the number of units, that your company can guarantee delivery of by 30 September 2002). Final inspection will be at NSWC Crane, IN. Selection for award will be based on past performance and price. Offers that are non-compliant with any material requ irement 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; 52.211-14 (DO Rated Order); 52.211-15; 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; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (** fax #); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). The offeror shall provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. 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) 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: Vendor Pay, Code 0562, Bldg. 2701, NAVSURFWARCENDIV, 300 Highway 361, Crane IN 47522-5002. 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 Code Document?. You must then register by clicking on ?User Registration? under the subheading ?MOCAS Vendor Pay Inquiry System? before payment inquiries can b e 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. Addendum to 52.212-4: 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 rec eipt 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. EXPEDITING CONTRACT CLOSEOUT (NAVSEA) (DEC 1995)(a) As part of the negotiated fixed price or total estimated amount of this contract, bo th 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 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. 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 @ 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 Gay Catt, FAX 812-854-6871 or e-mailed to catt_gd@crane.navy.mil. All required information must be received on or before 03 SEP 02 ? 2:00 PM Eastern Standard Time. See Numbered Note 26. Our mission is to provide quality and responsive acquisition services for this Co mmand. 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/02r0144.htm)
 
Record
SN00148106-W 20020824/020822214046 (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.