Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2004 FBO #0914
SOLICITATION NOTICE

12 -- MK 119 MOD 0 Gun Computer System Cabinets

Notice Date
5/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N63394 160 Rochester Way Louisville, KY
 
ZIP Code
00000
 
Solicitation Number
N6339404T0161
 
Response Due
6/15/2004
 
Archive Date
7/15/2004
 
Point of Contact
Stephen Edington (502) 364-5191 Stephen Edington, Contract Specialist Intern (502) 364-5191. Joseph D'Felio, Contracting Officer (502) 364-5280.
 
E-Mail Address
Email your questions to POC via email
(stephen.edington@navy.mil)
 
Description
FSC: 12 NAICS: 334511 This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A QUOTATION IS BEING REQUESTED, NO WRITTEN SOLICITATION WIL BE ISSUED. This procurement is 100% set-aside for small businesses. FSC: 12, NAICS: 334511, Size standard: 750 employees. This document and the incorporated provisions and clauses are those in effect through Federal Acquisition circular 2002-06 dated 4 April 2002. The contract type is Firm-Fixed Price. This procurement is for a quantity of twelve (12) units of MK 119 MOD 0 Gun Computer System Cabinets (GCSC). Eight (8) cabinets will be for the U.S. Navy and four (4) cabinets will be for the Japanese Navy. FMS Case Nos. are JA-P-LSU and JA-P-LTS. T he Statement of Work and Technical Data Package are available and may be requested by fax (502) 364-5483 or email: Stephen.Edington@navy.mil. Preservation, Packaging and Packing shall be Level ?A? in accordance with MIL-STD-2073-1 Rev D dated 15 Dec 99. Marking of outer shipping containers, packs, bundles, etc.. shall be in accordance with MIL-STD-129 Rev ?N?. Inspection and Acceptance shall be performed at destination by a representative of the government. Delivery is required as follows: Two (2) cabinets ? April 1, 2005, two (2) cabinets ? April 30, 2005, two (2) cabinets ? July 31, 2005, two (2) cabinets ? September 22, 2005, two (2) cabinets ? November 30, 2005 and two (2) cabinets ? February 1, 2006. Delivery is FOB Destination. Ship to: N30766, Receiving Officer, Naval Surface Warfare Center, Port Hueneme Div., Louisville Detachment, 7659 National Turnpike, Bldg. 1, Louisville, KY 40214. M/F: Code G22 George Ramser. The offeror shall provide a one-year warranty from date of acceptance. The Contracting Officer shall give written notice to the Contractor of any breach of warranty in paragraph (b)(1) of clause 52.246-17. The following provisions/clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.232-16 Progress Payments. The following clause is incorporated by full text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Feb 2001) (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor ( E.O.11755). (2) 52.233-3, Protest after Award (31 U.S.C.3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components: [Contracting Officer must check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer). ___ (4) ____(i) ____(ii) ____(iii) 52.219-5, Very Small Business Set-Aside (Pub.L.103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). Alternate I to 52.219-5. Alternate II to 52.219-5. _X_ (5) 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)). ___ (6) 52.219-9, Small Business Subcontracting Plan (15 U.S.C.637(d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting (15 U.S.C.637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L.103-355, section 7102, and 10 U.S.C.2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). (ii) ____Alternate I of 52.219-23. ____(9) 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting (Pub.L.103-355, section 7102, and 10 U.S.C.2323). ____(10) 52.219-26, Small Disadvantaged Business Participation Program -- Incentive Subcontractin g (Pub.L.103-355, section 7102, and 10 U.S.C.2323). _X_ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (12) 52.222-26, Equal Opportunity (E.O.11246). _X_ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212). _X_ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793). _X_ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212). _X_ (16) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O.13126). ___ (17) ___ (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C.6962(c)(3)(A)(ii)). ___ (ii) Alternate I of 52.223-9 (42 U.S.C.6962(i)(2)(C)). ___ (18) 52.225-1, Buy American Act - Balance of Payments Program - Supplies (41 U.S.C.10a-10d). ___ (19) ____(i) 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C.10a-10d, 19 U.S.C.3301 note, 19 U.S.C.2112 note). ____(ii) Alternate I of 52.225-3. ____(iii) Alternate II of 52.225-3. ___ (20) 52.225-5, Trade Agreements (19 U.S.C.2501, et seq., 19 U.S.C.3301 note). ___ (21) 52.225-13, Restriction on Certain Foreign Purchases (E.O.12722, 12724, 13059, 13067, 13121, and 13129). _X_ (22) 52.225-15, Sanctioned European Union Country End Products (E.O. 12849). ___ (23) 52.225-16, Sanctioned European Union Country Services (E.O.12849). ___ (24) 52.232-33 , Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C.3332). ___ (25) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C.3332). ___ (26) 52.232-36, Payment by Third Party (31 U.S.C.3332). ___ (27) 52.239-1, Privacy or Security Safeguards (5 U.S.C.552a). ___ (28) ___ (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C.1241). ___ (ii) Alternate I of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: [Contracting Officer check as appropriate.] ___ (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C.351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (29 U.S.C.206 and 41 U.S.C.351, et seq.). ___ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C.351, et seq.). ____ (6) 52.222-50, Non-displacement of Qualified Workers (Executive Order 12933). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptrolle r General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claim s are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components -- (1) 52.222-26, Equal Opportunity (E.O.11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); (4) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (46 U.S.C.1241) (flow down not required for subcontracts awarded beginning May 1, 1996); and (5) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C.351, et seq.). (End of Clause) Offeror MUST provide the information contained in 52.212-1 Instruction to Offeror-Commercial Items, 252.212-7000 Offeror Representative and Certification-Commercial Items and must include a completed copy of 52.212-3 Alternate 1 Offeror Representatives and Certifications and 252.225-7000 Buy American Act-Balance of Payments Program Certificate with their offer. Offeror MUST be registered in Central Contractor Registration (CCR) and provide its Commercial and Government Entity (CAGE) Code. Award of a firm fixed price type contract will be made on the determination that the offeror is responsive to the requirements of the solicitation, responsible within the guidelines established in FAR 9.104 and that the price is determined to be fair and reasonable by the Contracting Officer. A written quotation and the above-required information MUST be received at Naval Surface Warfare Center, Port Hueneme Division, Louisville Detachment, 160 Rochester Drive, Louisville, KY 40214-2681, Attn: Stephen Edington on or before 15 June 2004 at 1:00 PM Eastern Daylight Savings Time. Faxed/Emailed quotations are NOT acceptable. POC is Stephen Edington (502) 364-5191, email: Stephen.Edington@navy.mil. Note #1 applies to this procurement.
 
Web Link
N/A
(http://www1.eps.gov/spg/DON/NAVSEA/N63394/N6339404T0161/N/A)
 
Record
SN00593137-W 20040528/040526212415 (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.