SOLICITATION NOTICE
59 -- DVRI HOUSING
- Notice Date
- 4/25/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- N00164 300 Highway 361, Building 64 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N001648269
- Response Due
- 5/11/2005
- Archive Date
- 6/10/2005
- 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-R-8269 is hereby issued as a request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27 as well as DCN 20050222. The North American Industry Classification System (NAICS) Code for this procurement is 331512 and the size standard is 500 employees. This requirement is for the following: CLIN 0001 ? DVRI Housing Cast Tooling, CLIN 0002 ? DVRI Housing Non-Recurring Engineering, CLIN 0003 ? 1 each First Article, (First Article and Ordering Clauses attached), DVRI Housing to be manufactured in accordance with the attached drawings/specification. The three dimensional CAD file of the casting must be opened with a CAD software. These drawings were created with SOLID EDGE. The 2-D reference drawings for casting and machining are in IMAGE R format and require the IMAGE R software to download. IMAGE R software can be downloaded at the following website: http://jtshelp.redstone.army.mil/main.asp CLIN 0004 ? Minimum quantity 4 each DVRI Housing in accordance with the attached drawings/specification, CLIN 0005 ? Year 1 Pricing for Indefinite Order Quantity 1 ? 15 each DVRI Housing, CLIN 0006 ? Year 2 Pricing for Indefinite Order Quantity 1 ? 15 each DVRI Housing, CLIN 0007 ? Year 3 Pricing for Indefinite Order Quantity 1 ? 1! 5 each DVRI Housing. Please note that quantity breaks for pricing discounts are desired and encouraged. Price breaks for the DVRI Housings are requested for the following quantity increments when proposing on the IDIQ out years: 1 ? 3, 4 ? 7, 8 ? 11, and 12 - 15. Potential contractors must submit their proposed pricing in the Price Matrix format as provided in the attachment. ALL ATTACHMENTS can be downloaded at http://www.crane.navy.mil/supply/synopcom.htm. A three-year, firm-fixed price Indefinite Delivery, Indefinite Quantity (IDIQ) type contract will be awarded utilizing Simplified Acquisition Procedures with a minimum quantity of 5 each inclusive of the First Article unit and a maximum quantity of 20 each. The minimum quantity will be procured immediately following First Article approval. Year 1 = 0 ? 365 days from the effective date of contract; Year 2 = 366 ? 731 days from effective date of contract; Year 3 = 732 ? 1096 days from effective date of contract. The agency authorized to place delivery orders against the contract is Crane Division, Naval Surface Warfare Center. Delivery of the First Article (1 each) DVRI Housing is required 252 days after contract award. The acceptance period for the first article unit shall be 30 days. Delivery of the minimum quantity production units (4 each DVRI Housings) shall be 372 days after order placement (approximately 120 days after First Article acceptance). All future orders for DVRI Housing units will have a required delivery of 120 days after order placement. All deliveries are required F.O.B. Destination (NSWC Crane IN 47522). The contractor shall initially inspect all units at their facility, but final inspection and acceptance will be performed at NSWC Crane, IN. Selection for award will be based on past performance and price, with past performance being significantly more important than price. Offerors shall provide one (1) copy of their pricing proposal, completed offeror Representations and Certifications (FAR 52.213-3 ? see below for link), Past performance to include at least three (3) references of customers who have purchased the same or similar items from the offeror. Each reference should include company name, item name/part number, contract number, point of contact, mailing address, phone number, and e-mail address. If possible, the references should be for 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. 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 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 (NOTE: 52.212-4 is hereby tailored to incorporate (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, Timeliness of Performance, and Customer Satisfaction; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13, 52.225-13, 52.232-33; 52.232-36; 52.232-37); 52.215-05 (fax #812-854-3805); 52.242-15; 52.243-1; 252.204-7004 Alt A; 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 acc! ordance 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, 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 DU! NS 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. All packages and shipping papers shall be marked with the order number to permit effective receipt processing and timely payment. 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. 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 Ms. Julie Wittmer, FAX 812-854-3805 or e-mailed to julie.wittmer@navy.mil. All required information must be received on or before 3:00 p.m Eastern Standard Time 11 May 2005. 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. 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
-
NSWC Crane's web page
(http://www.crane.navy.mil/supply/synopcom.htm)
- Record
- SN00795294-W 20050427/050425212058 (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 |