Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1998 PSA#2091

Crane 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