Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

16 -- RF WATER LOAD ELEMENTS, QUAD RIDGE SELF TEST ADAPTERS, AND QUAD RIDGE CALIBRATION KITS

Notice Date
8/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R8228
 
Response Due
9/11/2003
 
Archive Date
10/11/2003
 
Point of Contact
Michelle Armes 8128543735
 
E-Mail Address
Email your questions to point of contact
(armes_m@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-8228 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 as well as DCN 20030620. The North American Industry Classification System (NAICS) Code for this procurement is 334515 and the size standard is 500 employees. The small business set-aside has been dissolved. This requirement is for the following: CLIN 0001 ? 1 Each, First Article, Band 7/8 Transmitter RF Water Load Element in accordance with the specifications accompanying the State ment Of Work (SOW) in the ATTACHMENT; CLIN 0002 ? Minimum quantity 4 Each, Band 7/8 Transmitter RF Water Load Elements in accordance with the SOW (IDIQ Minimum quantity of 4 each, Maximum quantity of 43 each); CLIN 0003 ? Minimum quantity 5 Each, Band 7/8 Transmitter RF Quad-ridge Self Test Adapters in accordance with the SOW (IDIQ Minimum quantity of 5 each, Maximum quantity of 43 each); CLIN 0004, ? Minimum quantity 4 each, Band 7/8 Transmitter Quad-ridge Calibration Kit in accordance with the SOW (IDIQ Minimum quantity of 4 each, Maximum quantity of 25 each); CLIN 0005 ? Minimum and Maximum quantity, 1 each, Band 9/10 Quad-ridge Calibration Kit in accordance with the SOW (IDIQ Minimum quantity of 1 each, Maximum quantity of 1 each); CLIN 0006 ? Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Water Load Element in accordance with the SOW for Year 1 (to begin 30 S eptember 2003 and end 29 September 2004); CLIN 0007 ? Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Water Load Element in accordance with the SOW for Year 2 (to begin 30 September 2004 and end 29 September 2005); CLIN 0008 ? Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Water Load Element in accordance with the SOW for Year 3 (to begin 30 September 2006 and end 29 September 2007); CLIN 0009 ? Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Water Load Element in accordance with the SOW for Year 4 (to begin 30 September 2007 and end 29 September 2008); CLIN 0010 ? Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Water Load Element in accordance with the SOW for Year 5 (to begin 30 September 2008 and end 29 September 2009); CLIN 0011 -- Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Quad-ridge Self Test Adapters in accordance with the SOW for Year 1; CLIN 0012 -- Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Quad-ridge Self Test Adapters in accordance with the SOW for Year 2; CLIN 0013 -- Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Quad-ridge Self Test Adapters in accordance with the SOW for Year 3; CLIN 0014 -- Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Quad-ridge Self Test Adapters in accordance with the SOW for Year 4; CLIN 0015 -- Indefinite Order Quantity 1-38 each, Band 7/8 Transmitter RF Quad-ridge Self Test Adapters in accordance with the SOW for Year 5; CLIN 0016 -- Indefinite Order Quantity 1-21 each, Band 7/8 Transmitter Quad-ridge Calibration Kit in accordance with the SOW for Year 1; CLIN 0017 -- Indefinite Order Quantity 1-21 each, Band 7/8 Transmitter Quad-ridge Calibration Kit in accordance with the SOW for Year 2; CLIN 0018 -- Indefinite Order Quantity 1-21 each, Band 7/8 Transmitter Quad-ridge Calibration Kit in accordance with the SOW for Year 3; CLIN 0019 -- Indefinite Order Quantity 1-21 each, Band 7/8 Transmitter Quad-ridge Calibration Kit in accordance with the SOW for Year 4; CLIN 0020 -- Indefinite Order Quantity 1-21 each, Band 7/8 Transmitter Quad-ridge Calibration Kit in accordance with the SOW for Year 5; and CLIN 0021 ? 1 Lot, Not Separately Priced, Data in accordance with Contract Data Requirements Lists A001 through A009 which are available for viewing in .PDF format in the ATTACHMENT. The confidential document, ?Listing of Frequencies,? will be provided to potential contractors, under the condition that the NSWC Crane POC obtains confirmation from Defense Security Service (DSS) stating that the potential contractor holds the appropriate security clearance. The DD254 is also included in the ATTACHMENT. Potential contractors will need this document to propose accordingly. Requests for the classified document must be emailed to the NSWC Crane POC shown below prior to the closing date of this combined synopsis/solicitation. Please note that quantity breaks for pricing discounts are desired and encouraged for CLINs 0006 through 0020. Price breaks for the RF Water Load Elements and RF Quad-ridge Self Test Adapters are requested for the following quantity increments when proposing in the IDIQ out years: 1-10, 11-20, 21-30, and 31-38. Price breaks for the Band 7/8 Quad-ridge Calibration Kit are requested for the following quantity increments when proposing in the IDIQ out years: 1-10 and 11-20. Potential contractors must submit their proposed pricing in the Price Matrix format as in the ATTACHMENT. Sixty days after order placement, a Prelimin ary Design Review (PDR) will be held at the contractor?s facility. CDRL A001, Conference Agenda, must be submitted no later than 45 days after order placement. CDRL A002, Conference Minutes, must be submitted no later than 70 days after order placement. Delivery of one First Article Water Load Element, one Adapter, and one Band 7/8 Calibration Kit is required 90 days after order placement. The acceptance period for the first article units shall be 15 days. Delivery of the minimum quantity production units (four Water Load Element production units, four Adapters, three Band 7/8 Calibration Kits, and one Band 9/10 Calibration Kit) shall be 195 days after order placement (approximately 90 days after first article acceptance). The CDRL?s for Test Data, Technical Data Packages, and Certificates must be submitted with the respective Water Load Element, Adapter, and Calibration Kit delivery. All components placed on future orders will have a required delivery timeframe of 90 days after order placement. All deliveries are required FOB NSWC Crane 47522. The contractor shall initially inspect all units at their facility, but final inspection and acceptance will be performed at NSWC Crane. Selection for award will be based on past performance and price. In the event that differences exist among offerors? past performance, the Government has reserved the right to displace lower-priced proposals in favor of an offeror with higher rated past performance. Past performance submissions should include at least three references of customers who have purchased the same or similar items from the offeror. Each offeror must demonstrate they have performed successfully on the type of work as in the Government?s requirements outlined above. Each reference should include company name, point of contract, mailing address, phone number, and email address. If possible, the reference should be for the same or similar items that have been delivered within the past three years. 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; 52.211-14 (DO A70); 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 (i ncorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13 DEVIATION 52.225-13 DEVIATION; 52.232-33); 52.215-05 (fax #812-854-3805); 52.242-15; 52.247-34; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). FIRST ARTICLE APPROVALGOVERNMENT TESTING (SEP 1989) (FAR 52.2094) (a) The Contractor shall deliver 1 unit of RF Water Load Element within 90 calendar days from the date of this contract to the Government at the Naval Surface Warfare Center, Crane Division, Crane, IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 15 calendar days after the Gove rnment receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contrac tor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor (1) M ay deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clase, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisitio n of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. ORDERING (OCT 1995) (FAR 52.21618) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities design ated in the Schedule. Such orders may be issued from date of contract award through five years from date of contract award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. ORDER LIMITATIONS (OCT 1995) (FAR 52.21619) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than a quantity of 1, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor (1) Any order for a single item in excess of 38; (2) Any order for a combination of items in excess of 100; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. (c) If this is a requirement contract (i.e., includes the Requirements clause at subsection 52.21621 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximumorder limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for the reasons. Upon receiving this notice, the Government may acquire the supplies or service from another source. INDEFINITE QUANTITY (OCT 1995) (FAR 52.21622) (a) This is an indefinitequantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and in cluding the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be requi red to make any deliveries under this contract after five years and three months from contract award. The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). 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 di scount 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 that the vendor download the ?MOCAS VPIS Help Guide? and ?Reason and Remark Code Do cument?. 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: 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 agreed to waive any entitlement t hat 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. ADDITIONAL MARKING INSTRUCTIONS-In addition t o 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 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 work ed 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. 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 Ms. Michelle Armes, FAX 812-854-3805 or e-mailed to armes_m@crane.navy.mil. All required information must be received on or before 11 September 2003, 3 PM 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 solicitation and attachment
(http://www.crane.navy.mil/supply/homepage.htm)
 
Record
SN00416333-W 20030831/030829213918 (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.