SOLICITATION NOTICE
23 -- ANTENNA COVERS "Synopsis/Solicitation"
- Notice Date
- 3/7/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N0016405T0044
- Response Due
- 3/11/2005
- Archive Date
- 4/10/2005
- 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 NSWC 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 N00164-05-T-0044 is hereby issued as a request for quotation (RFQ). The proposed contract is 100% set-aside for small business concerns. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20050113. The North American Industry Classification System (NAICS) Code for this procurement is 336413 and the size standard is 1000 employees. This requirement is for the following: CLIN 0001, minimum 4, maximum 24 each P/N: 802011289207-1, CLIN 0002, minimum 4, maximum 24 each P/N: 802011289208-1, CLIN 0003, minimum 8, maximum 48 each P/N: 802011289209-1, CLIN 0004, minimum 8, maximum 48 each P/N! : 802011289210-1 ? CLIN 0005, minimum 4, maximum 24 each P/N: 802011289211-1. Government furnished material will be provided in accordance with attached SOW. This requirement will be issued as an IDIQ Indefinite Delivery Indefinite Quantity for a period of one year. The offeror shall only be required to deliver the minimum per line item. Inspection and acceptance will be at destination by a representative of NAVSEA Crane. One each of line item 0001, 0002, 0003, 0004, 0005 will be utilized for first article non-destructive testing. If one each of each line item passes the first article testing they will become part of the production lot. The offeror shall only be required to deliver the remaining minimum quantity of each line item The first article unit is required in 7 days after receipt of award; 40 days after acceptance of the first article units delivery of the remaining units is required. Note the Government may waive the requirement for first article approval tes! t 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 at the time of their proposal. Then the Government will waive the first article testing only if the following applies: for companies that have previously manufactured P/N802011289207-1, 802011289208-1, 802011289209-1, 802011289210-1, 802011289211-1: within the past 5 years, and has successfully performed and passed first article testing. Delivery is required F.O.B. NSWC Crane, IN 47522 within 7 days after award. Final inspection will be at destination. Selection for award will be based on past performance, price and technical compliance. Quotes 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 IDIQ 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: 52.211-14, DO; 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] [NOTE: Paragraph (b) does not apply. This provision MUST be filled out completely and submitted with the offer] 52.212-4; 52-212-5; (incorporating 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.232-33, 52.232-36) 52.219-6; 252.204-7004 Alt A; 252.212-7001). 52.245-1, 52.245-4, 52.216-19, a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than ____8,400.00_________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 _24 each for CLIN 0001, 24 each for CLIN 0002, 48 each for CLIN 0003, 48 each for CLIN 0004 and 24 each for CLIN 0005 (2) Any order for a combination of items in excess of __24 each for CLIN 0001, 24 each for CLIN 0002, 48 each for CLIN 0003, 48 each for CLIN 0004 and 24 each for CLIN 0005; or (3) A series of orders from the same ordering office within ___30__________ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 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 maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 __5___ days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source 52.216-18, (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 designated in the Schedule. Such orders may be issued from _____3/14/05_____ through __3/14/06__________ .A (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. 52.209-4, First Article Approval -- Government Testing (Sep 1989) [Contracting Officer shall insert details] (a) The Contractor shall deliver _1__unit(s) of Lot/Item __0001_,__1__unit(s) of Lot/Item __0002_, _1__unit(s) of Lot/Item __0003_, __1__unit(s) of Lot/Item __0004_, _1__unit(s) of Lot/Item __0005_ within __7__ calendar days from the date of this contract to the Government at NSWC, Crane Division, Crane, IN 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 __40___ calendar days after the Government 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 Contractor, 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) May 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 clause, 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 acquisition 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. (End of Clause) The offeror shall provide its Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number and Tax Identification Number (TINs). 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 00M1, Bldg 3173, NSWC Crane, 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: 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 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--NSWC Crane allows flexible working hours for its employees. The normal eight hour 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. PREPARATION FOR DELIVERY (STANDARD COMMERCIAL) Standard commercial preservation, packaging and packing is authorized unless otherwise specified. TAX EXEMPTION?Section 39(a) and Section 6 of the Indiana gross income tax act of 1933, specifically exempts NSWC Crane as a government activity from any payment of sales and use tax. EXEMPTION NUMBER 0018103400015 assigned. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO. It is the responsibility of interested vendors! to monitor the Crane web site, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal 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 Rebecca Lingenfelter, FAX 812-854-3805or e-mailed to mailto:rebecca.lingenfelter@navy.mil. All required information must be received on or before 11 March 2005 at 3:00 P.M. Eastern Standard Time. Numbered Notes 1 apply. 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 t! his and show us ways to improve our processes. Please consider taking the time to complete the survey. There is a new Federal Integrated Acquisition Environment (IAE) initiative called the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language included in FAR Case 2001-026, vendors are required to use ORCA beginning 1 January 2005. Detailed information can be found in the FAR Case, as well as by visiting the Help section of the website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance.
- Web Link
-
To download synopsis/solicitation
(http://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00763976-W 20050309/050307211946 (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 |