Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2003 FBO #0458
SOLICITATION NOTICE

59 -- ELECTRICAL AIRCRAFT BOXES "Synopsis/Solicitation"

Notice Date
3/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8218
 
Archive Date
4/9/2003
 
Point of Contact
SANDY 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 N00164-03-R-8218 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12 as well as DCN 20021122. The North American Industry Classification System (NAICS) Code for this procurement is 334511 and the size standard is 750 employees. This requirement is for the following: CLIN 0001 ? 3 Each A371 Control Boxes which shall be manufactured in accordance with the following drawings/specifications: 961032 Rev B, Electronic Wired Assembly Search Store Control; 961033 Rev B, Schematic Search Stores A371; 961046 Rev A, Printed Wiring Board Power Supply A2; 961050 Rev B, Printed Board Wiring Assembly-Sequence Logic, A3; 961054 Rev A, Printed Wiring Board Assembly Decode Logic Number 1, A-4; 961058 Rev A, Printed Wiring Board Assembly Decode Logic Number 2, A-5; SKDL-0003 No Rev, Enclosure Cover-Machining; SKDL-0004 No Rev, Cover Machining PCB; SKDL-0005 No Rev, Enclosure Machining; SKDL-0007 No Rev, Mounting Bracket; SKDL-0009 No Rev, Component Board-Fabrication A1 Board; SKDL-0010 No Rev, Assembly A1 Board and Statement of Work. CLIN 0002 ? OPTION Quantity 4 Each A371 Control Boxes. The OPTION shall be modified or enhanced in accordance with Section 3.3 of the Statement of Work. Drawings/specifications, Statement of Work, and Contract Data Requirements List are available to be downloaded. Delivery is required F.O.B. Destination, NSWC C rane IN 47522 within 24 weeks after award/exercising option. Final inspection and acceptance will be at NSWC, Crane IN. Selection for award will be based on past performance and price. Past performance is an equal factor. In the event substantive differences exist among offeror?s past performance, the Government will reserve the right to displace the lower priced proposal(s) in favor of an offeror with substantially superior past performance. Offerors are required to submit a list of up to five of its most recent contracts within the past three years, either completed or on going, for the same or similar items. It is preferred that these contracts be with US Government customers, but contracts with other commercial concerns are also acceptable. Your proposal must include the references. Offers that are non-compliant with any material requirement of this solicitation may be re jected 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); 52.211-15; 52.212-1 (NOTE: Paragraphs (e) and (h) of 52.212-1 are not applicable); 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 (FAR Clause 52.212-4 is hereby tailored to revise (a) Inspection/Acceptance. The Government requires 60 days for inspection and acceptance, 52.212-4 is also tailored to incorporate the following: (t) Past Performance. The Government will evaluate the performance of th e contractor awarded the contract resulting from this solicitation in accordance with FAR 42.15. The following performance rating factors will be utilized: Quality, Cost Control, Timeliness of Performance, Business Relations, Customer Satisfaction); 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (fax #812-854-3805); OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) (FAR 52.2177)The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 6 Months after contract award. Delivery of added items shall continue at the same rate that like items are called for under th e contract, unless the parties otherwise agree; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023); 252.246-7000 Material Inspection and Receiving Report. 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 A125, Prompt Payment. Contractors are encouraged to assign an identification number to each invoice. MAIL INVOICES TO: Vendor Pay, Code 00M, Bldg 3173, 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 th at 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 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. 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 accom panied 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 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 eighthour 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. 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 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 sou rces 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 10 March 2003 at 1:00 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 and associated attachments
(http://www.crane.navy.mil/supply/03r8218/03r8218.htm)
 
Record
SN00268249-W 20030305/030303213459 (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.