SOLICITATION NOTICE
12 -- 12--SOFLAM BATTERY HARNESS SYSTEM
- Notice Date
- 3/1/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016404R8506
- Response Due
- 3/15/2004
- Archive Date
- 4/14/2004
- Point of Contact
- Dallas Parsley 8128542239
- E-Mail Address
-
Email your questions to point of contact
(parsleydt@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 N00164-04-R-8506 is hereby issued as a request for Proposal (RFP). The proposed contract is 100% set-aside for small business concerns, Numbered note 1 applies. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20 as well as DCN 20040223. 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 ? Quantity of one First Article SOFLAM Battery Harness System in accordance with NSWC Dr awing Package, CLIN 0002 SOFLAM Battery Harness System in accordance with NSWC Drawing Package. The drawings are attached in a ZIP file. A two-year Firm-Fixed Price ID/IQ contract for a minimum of 40 units and a maximum of 100 units. The minimum ordering quantity shall be 20 units, and offerors are requested to propose in stepladder quantities for year one and year two, beginning with 20 units, and increasing at 20 unit intervals up to the contract maximum (ie. 20, 40, 60, 80, 100). In order to permit the government to award maximum quantities within available funding, offerors shall permit the government to interpolate prices between stepladder quantities on a straight line basis for CLIN 0002. Delivery Schedule is required F.O.B. NSWC Crane 47522, 20 units within 180 days from effective date of contract, and then at a rate. Final Inspection and Acceptance will be at NS WC Crane, IN. Selection for award will be based on evaluation of Past Performance and Price. 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: 52.2094(Paragraph a, one unit within 30 days to NSWC Crane, Crane, IN, Paragraph B, 30 calendar days) 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-2 EVALUATION OF COMMERCIAL ITEMS (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to th e Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price, Past performance is more important than Price. As the degree of equality of Past Performance increases, the importance of Price will increase. First Article requirements will be waived for companies that have manufacture the system under a previous contract For companies that are required to submit First Articles, the Government?s cost for First Article Testing will be added to the offeror?s proposal. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer ), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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; 52-219-6; 52.219-8; 52.219-14; 52.222-21; 52.247-48; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (fax # 812-854-5066); 52.242-15; 252.204-7004; 252.212-7000; 252.212-7001 (incorporating 52.203-3; 252.225-7001; 252.225-7012; 252.243-7002; 252.247-7023). 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 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 ide ntification 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 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. The following is hereby added by addendum to 52.212-4: FAR 52.233-2, Service of Protest. 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 Number; 2) Contract Line Item Numbers. The foregoing requirements must be passed on to any organization entity originat ing 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. 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 th e agency. Offers may be faxed to Mr. Dallas Parsley, FAX 812-854-5066 or e-mailed to parsleydt@crane.navy.mil. All required information must be received on or before 2:00 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. A) PAST PERFORMANCE INFORMATION: During the source selection process, the Government will assess the offeror's past performance in the evaluation for contract award. Accordingly, each offeror is required to s ubmit a ?Contractor Performance Data Sheet? included in paragraph D herein. The Contractor Performance Data Sheet shall be completed in its entirety. Offerors are urged to submit brief and concise responses, within the confines of the space allotted. Failure to submit the completed Contractor Performance Data Sheet (along with the proposal) shall be considered certification (by signature on the proposal) that the contractor has no past performance for like or similar items for the Government to evaluate. Each offeror is 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/similar products or services. It is preferred that these contracts be with U.S. government customers, but contracts with other commercial concerns are also acceptable. In determining which contracts to submit, please refer to FAR 15. 305(a)(2)(I), which states in pertinent part that ?past performance information is one indicator of an offeror's ability to perform the contract successfully. The currency and relevance of the information, source of information, context of the data, and general trends in contractor?s performance shall be considered in making the award decision?? Additionally, Offerors are encouraged to provide information relative to any problems encountered on the identified contracts and any corrective actions taken by the offeror. The Contracting Officer will evaluate the offeror's past performance based upon the information furnished by the offeror and/or other information obtained by the Contracting Officer .The Contracting Officer is not responsible for locating or securing any information not furnished with the offer. The Government reserves the right to review les s than all information submitted, and to only analyze sufficient information to make a reasonable determination of each offeror?s past performance rating. If insufficient information regarding the offeror?s corporate history is available, the offeror is encouraged to submit for evaluation evidence of relevant past performance on the part of the offeror?s key/principal employees, as either a prime- or sub-contractor. Past performance is assessed by the Contracting Officer and is assigned a narrative rating in the evaluation. Each offeror will be given an adjectival rating on past performance: highly favorable, favorable, neither favorable nor unfavorable, unfavorable, highly unfavorable, or no same or similar history. Offerors who do not have same or similar past performance information reasonably available to the Contracting Officer will not be rated either favorable or unfavorable. The Government reserves the right to award to other than the lowest priced offer as set forth elsewhere in the solicitation. In addition, the Government may accept other than the lowest priced offer as set forth in the synopsis/solicitation. D) CONTRACTOR PERFORMANCE DATA SHEET Contractor Name: RFP #: N00164-04-R-8501 Address: POC: (Person who can verify data) Telephone: Division: FAX: CONTRACT INFORMATION Contract Number: Date Completed: Contract Type: Fixed Price Cost Reimbursement Other (Specify) Item Description: Contract Quantity/Length of Service: Customer Name: Past Performance POC: (Person who can verify data) Address: Telephone: FAX: Past Performance POC email: QUALITY NOTE: An explanation must accompany all answers with an asterisk(*). Was consideration or a monetary withhold for non-con forming supplies/services or late deliveries assessed against this contract? YES* NO (Explanation) Was/is any part of this contract terminated for default and/or litigationYES* NO (Explanation) Was any warranty work completed on delivered items? YES* NO (Explanation) Did you receive any quality awards in the past three years? YES* NO (List Awards) TIMELINESS Were all items (including products, services, reports, etc.) delivered within the original contract schedule? YES NO * (Explanation) COST FOR COST TYPE CONTRACTS: Was the original contract estimated cost metYES NO* (Explanation) If the estimated cost was not met, what was the positive/negative percentage of change? + - OTHER PERTINENT INFORMATION Describe any corrective action(s) initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective action(s) taken.
- Web Link
-
to download solicitation and drawings
(http://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00534529-W 20040303/040301222829 (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 |