|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 58 -- ORBIT TRACKBALL SOL N00164-98-R-0059 DUE 051898 POC Ms. Kathy
King, Code 1165, 812-854-3734, FAX 812-854-3465, Ms. S. D. Littrell,
812-854-1947, Contract Specialist E-MAIL: Click here to reach the
Contract Specialist, littrell_s@crane.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12, 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. Request for Proposal (RFP)
N00164-98-R-0059 incorporates provisions and clauses in effect through
Federal Acquisition Circular 97-4, Defense Acquisition Circular 91-13,
NAPS 974 NAVSEA Clause Book Changes through 93-4 and NAVSEA Procurement
Policies and Guidance through 98-34. The Standard Industrial
Classification Code for this procurement is 3577. The Navy requires
Item 0001 -- 310 each Orbit Instrument Corporation, Part No. 60167-1,
Track Balls; Item 0002 Installation. F.O.B. Origin terms apply with
inspection and acceptance at Origin. The clause at FAR 52.212-4
Contract Terms and Conditions -- Commercial Items applies to this
acquisition. Change paragraph o as follows: The Government requires a
one year warranty. Add: the following paragraph is added to the clause:
(t) Contractor Performance Reports. The government may evaluate the
performance of the contractor awarded the contract resulting from this
solicitation, in accordance with FAR 42.1500. The following
performance rating factors will be utilized: Quality, Cost Control,
Timeliness of Performance, Business Relations and Customer
Satisfaction. Delivery of Item 0001 -- 310 each shall be delivered on
or before 140 days from effective date of award. Item 0002 --
Installation of 310 trackballs to be installed shipboard at various
ship sites. Installation shall be within 24 months after delivery of
the production quantities. Specific Ship numbers (current plans are for
DDG 68 thru 80), shore sites and schedules for installation will be
provided via incorporation by modification to the contract. Delivery
will be in accordance with FAR 52.247-29, F.O.B. Origin. The ship to
address will be designated by modification to the contract; add
paragraph (v) Commercial items shall be packaged and marked in
accordance with standard commercial practices; add paragraph (w) The
Government shall accept/reject supplies to be provided within 14 days
after receipt at Origin; add paragraph (x) Quality System Requirements
as follows. The Contractor shall provide and maintain a quality system
that, as a minimum, adheres to the requirements equivalent of MIL-STD
9858 and MIL-STD 2000 the quality system procedures, planning, and all
other documentation and data that comprise the quality system shall be
made available to the Government for review. Existing quality documents
that meet the requirements of this contract may continue to be used.
The Government may perform any necessary inspections, verifications,
and evaluations to ascertain conformance to requirements and the
adequacy of the implementing procedures. The Contractor shall require
of subcontractors a quality system achieving control of the quality of
the services and/or supplies provided. The Government reserves the
right to disapprove the quality system or portions thereof when it
fails to meet the contractual requirements. List your Commercial and
Government (CAGE) Code and Contractor Establishment Code. The clause
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items applies to this
acquisition and the following additional clauses within are applicable:
52.222-3, 52.233-3, (Other applicable clauses) 52.203-03;
52.203-6;52.211-5; 52.219-8; 52,219-9; 52.222-26; 52.222-35 ;
52.222-36; 52.222-37; 52.242-15; 52.247-64. Other clauses incorporated
(in full): Expediting Contract Closeout (NAVSEA) (Dec 1995); Special
Notice: Year 2000 Warranty-Commercial Supply Item (NAVSEA) (Nov 1996).
The Clause DFARS 252.212-7001, Contract Terms and Conditions required
to implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items applies to this acquisition and the
following additional clauses within are applicable; 252.225-7000;
252.225-7001; 252.205-7000; 252.219-7003; 252.219-7005; 252.219-7006;
252.219-7006; 252.225-7012; 252.233-7000 252.243-7002. Other applicable
FAR & DFAR clauses (incorporated by reference): 52.203-03; 52.225-11.
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 Government'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 installation 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.)
The following provisions apply to this procurement: Requirement for
Cost or Information Other than Cost or Pricing Data. FAR 52.215-41;
52.246-11 Higher Level Contract Quality Requirement; Instructions to
Offerors -- Commercial Items, FAR 52.212-1; Evaluation -- Commercial
Items, delete paragraph (e). FAR 52.212-2 with the following changes;
paragraph shall read: (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 the
Government, Delete: paragraph (b) Options. Offers are to include a
completed copy of the certifications FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items and DFARS
252.212-7000, Offeror Representations and Certifications -- Commercial
Items with its quote. Note: Request the offeror to state prices for
the new items with the exchange (trade-in allowance) for the exchange
property (310 trackballs) in accordance with DFAR 217.7004. DFARS
252.217-7002 Offering Property for Exchange applies. Add FAR Clause
52.245-2 Government Property (Fixed Price Contracts). This is a DO
rated order under DPAS. Numbered Note 22 applies except that proposals
will only be accepted if received within 12 days after date of
publication. Proposals are due no later than 18 May 1998 and are to be
received by mail: Attn: Code 1165ZM, Bldg. 64, NAVSURFWARCEN, 300
Highway 361, Crane, IN 47522-5001 or via facsimile (812)854-3465. Hard
copies of the solicitation will not be mailed and any amendments to
the solicitation will be posted on the WWW. (0125) Loren Data Corp. http://www.ld.com (SYN# 0236 19980508\58-0001.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|