Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
SOLICITATION NOTICE

A -- Modification of C-12 Aircraft and Installation of Camera

Notice Date
7/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403Q0281
 
Response Due
7/21/2003
 
Archive Date
8/20/2003
 
Point of Contact
Mary Brewer 812-854-3860
 
E-Mail Address
Email your questions to To email point of contact
(brewer_m@crane.navy.mil)
 
Description
This is a combined synopsis/solicitation for noncommercial services 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; proposals are being requested and a written solicitation will not be issued. Solicitation number N00164-03-Q-0281 applies and is issued as a request for quotation (RFQ). The services will be procured on a sole-source basis from Aeromet, Inc., Tulsa, OK in accordance with FAR 6.302-1, i.e., only one responsible source and no other services will satisfy agency requirements. Aeromet originally modified the Government-owned NC-12B aircraft to add the sonobuoy launch tube fairing and is the only contractor that possesses the knowledge and experience to perform the required effort within the required time frame. The Contracting Officer has di ssolved the small business set-aside. This solicitation document?s incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 as well as DCN 20030620. The North American Industry Classification System (NAICS) Code is 336413 and the business size standard is 1000 employees. This requirement is as follows: CLIN 0001, Preparation for inspection, and overhaul and installation of a camera and related hardware on the NC-12 aircraft. See SOW. Removal of the sonobuoy launch tubes fairing and preparation for inspection with required overhaul (i.e., camera installation) shall be completed by 13 August 2003. All work shall be completed by 12 November 2003. Final inspection will be at Aeromet by a Government representative. A firm-fixed price purchase order will be awarded using Simplified Acquisition Procedures. The following provisions and claus es apply: 52.213-4 (incorporating 52.204-6; 52.209-6; 52.211-14 (DO); 52.211-15; 52.211-5; 52.211-17; 52.222-21; 52.222-22; 52.232-2; 52.232-23; 52.237-1; 52.242-17; 52.243-1; 52.245-2, 52.247-55,52.246-1; 52.246-16; 52.249-1; 52.249-8; 52.253-1; 252.204-7001; 252.204-7003; 252.204-7004; 252.225-7001; 252.225-7002; 252.225-7005; 252.225-7012; 252.225-7031; 252.225-7037; 252.225-7043; 252.227-7013; 252.243-7001; 252.245-7001,252.247-7023 Alt III). NOTE: The following provisions with a ?Fill-in? MUST be filled out completely and submitted with the offer: 52.207-4 [FILL-IN]; 52.219-1 [FILL-IN]; 52.222-18 [FILL-IN]; 52.222-25 [FILL-IN]; 252.225-7000 [FILL-IN]; 252.225-7036 [FILL-IN]. INVOICE-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 Invoic e?; (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, NAVSURFWARCENDI V, 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 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. 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. Please provide your Commercial and Government Entity (CAGE) code, Data Universal Numbering Syst em (DUNS) number and Taxpayer Identification Code (TINs). 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. Offers may be faxed to Dennis Smith or Mary Brewer, FAX 812-854-3573 or e-mailed to smith_d @crane.navy.mil or brewer_m@crane.navy.mil. Dennis Smith can be reached at 812-854-3863 and Mary Brewer at 812-854-3860. All required information must be received on or before 2:30 P.M. Eastern Standard Time on 21 July 2003. See Notes 22 and 26. Our missio n 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
NSWC CRANE HOME PAGE
(http://www.crane.navy.suppy/homepage.htm)
 
Record
SN00376648-W 20030723/030721213812 (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.