Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2004 FBO #0867
SOLICITATION NOTICE

10 -- MK 82 MOD 2 GUN-MOUNT/MK 93 TRIGGER HOUSING KIT

Notice Date
4/9/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016404R4821
 
Response Due
4/23/2004
 
Archive Date
5/23/2004
 
Point of Contact
Stacy McAtee 8128541988
 
E-Mail Address
Email your questions to point of contact
(mcatee_s@crane.navy.mil)
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the NSWC Division Crane. 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-4821 is hereby issued as a request for Proposal (RFP). This is a 100% small business set-aside solicitation. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19 as well as DCN 20040113. The North American Industry Classification System (NAICS) Code for this procurement is 332710 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? MK 82 Mod 2 Gun-Mounts, minimum quantity of 150 EA, maximum quantity of 2,000 EA. CLIN 0002 ? MK 93 Trigger Housings, minimum quantity of 150 EA, maximum quantity of 3,000 EA. Delivery is required F.O.B. NSWC Crane 47522 within 45 days after award. Offerors shall submit pricing in the following format: N00164-04-R-4821 CLIN QTY YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0001 ? MK 82 Mod 2 Gun-Mounts 150 EA (Min) 1-500 EA 501-1,000 EA 1,001-1,500 EA 1,501-2,000 EA CLIN QTY YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 0002 ? MK 93 Trigger Housings 150 EA (Min) 1-500 EA 501-1,000 EA 1,001-1,500 EA 1,501-2,000 EA 2,001-3,000 EA Price will be evaluated using the yearly average unit price for the ordering quantities as listed above for each year. The pricing portion of the contract award will be based on the lowest proposed average unit price for each year (1-5). The Government is not obligated to order beyond the mini mum quantity. Drawing Packages for the MK 82 Mod Gun-Mount as well as the MK 93 Trigger Housing Kits will be made available upon request by interested contractor(s). The Government reserves the right to make an award to other than the lowest priced offeror if the Contracting Officer determines that to do so would result in the greatest value to the Government. Final inspection will be at NSWC Crane, IN, FOB Destination. Selection for award will be based on 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 an indefinite quantity, indefinite delivery 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 s uch warranty is available at no additional cost to the Government. Clauses/provisions: 52.211-14 (**DO /DX); 52.211-15; 52.212-1 (See ?52.212-1 Tailoring? below); 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 (see ?52.212-4 Tailoring? below); 52-212-5 (incorporating 52.219-4; 52.219-6; 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33); 52.215-05 (812-854-5095); 52.216-27; 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). ); 52.216.18 (. . .orders may be issued from date of contract through 5 years after date of contract.); 52.216-19 ((a) Minimum order, 150 EA (CLINS 0001 & 0002); (b)(1) Maximum order, 2,000 EA (CLIN 0001); 3,00 0 EA (CLIN 0002) ; (b)(2) 2,000 EA (CLIN 0001); 3,000 EA (CLIN 0002); (b)(3) 30 days; 52.216-22 (. . .Contractor shall not be required to make any deliveries under this contract after 5 years, 60 days after date of contract.). 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 A-125, 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 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 addit ion 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 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 wo rked 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 the agency. Offers may be faxed to Stacy McAtee, FAX 812-854-5095 or e-mailed to mcatee_s@crane.navy.mil. All required information must be received on or before April 23, 2004, 2:00 pm Eastern Standard Time. See numbered note 1. 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 o f 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. 52.212-1 TAILORING (b) Submission of Offers. (10) The offeror shall reference 5 past contracts to be considered for past performance. A Past Performance Questionnaire (attached) for each contract cited shall be sent to the Contracting Officer (of the cited contract) no later than five days prior to the proposal due date. The Contracting Officer for each contract cited shall complete the Past Performance Questionnaire with the assistance of the technical point of contact (TPOC) and forward it so that it is received on or before the closing date of the solicitation, t o Contracting Officer, Naval Surface Warfare Center, Attn: Stacy McAtee, Code 1162NS, Bldg. 2521, 300 Highway 361, Crane, IN 47522-5001. Once the Past/Current Performance Questionnaires have been completed by the POCs, the information contained therein shall be considered sensitive and shall not be released to the Offeror. NOTE: It is the sole responsibility of the offeror to ensure that past performance questionnaires are received by the requiring activity by the required due date. 52.212-4 TAILORING -- The following paragraphs are hereby added to the clause: (o) Warranty. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Go vernment's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of \ \ months. (Offeror is to insert number.) (t) Past performance. The Government will evaluate the performance of the 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
 
Web Link
to download solicitation and attachments
(http://www.crane.navy.mil/supply/04r4821/04r4821.htm)
 
Record
SN00563404-W 20040411/040409212348 (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.