|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300
Highway 361, Crane, Indiana 47522-5001 10 -- MK 93 GUN MOUNT SOL N00164-98-R-0093 DUE 060198 POC Ms. Nancy
Lakin, Contracting Officer, 812-854-3681, FAX 812-854-5095, (Mr. S.
Bingham, Contracting Officer) WEB: Click here to review Crane Division
Acquisition Department Homepage, http://www.crane.navy.mil. E-MAIL:
Click here to contact the Contracting Officer via e-mail.,
lakin_n@crane.navy.mil. 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. Proposals
are being requested and a written solicitation will not be issued.
Solicitation Number N00164-98-R-0093 is issued as a Request for
Proposal. Solicitation documents and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-03
and Defense Acquisition Circular 91-12. The Standard Industrial Code
is 3484. The Small Business size standard is 1000 employees. The
government is requesting offers for: CLIN 0001 -- 64 each of Mk 93 Gun
Mount to be manufactured in accordance with specifications of aperture
cards to be sent upon request. Items 0002 thru 0006 are the
indefinite-delivery, indefinite quantity portions of the requirement.
They may be separately priced based on each item as Year 1 is from the
award of the contract for 365 days, the quantity estimated for Year I
is 100 each. Subsequently Year II starts and the estimated quantity
for it is 100 each, Year III starts and the estimated quantity for it
is 100 each, Years IV and V follow the same time frame and each have
estimated quantities of 100 each. The maximum quantity then for this
contract is 564. The estimated quantities for the five out years of 500
may/may not be ordered in the five year period following award. The 64
each quantity for Item 0001 is the minimum quantity to be ordered and
is a firm requirement which shall be awarded at time of contract
award. SPECIAL NOTICE -- The Director, Defense Procurement has revised
DFARS to require contractors to be registered in the Central
Contractor Registration (CCR) as a condition for receipt of contract
award effective 1 June 1998. Offerors may obtain information on
registration and annual confirmation requirements by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. For
further details regarding the requirements of CCR, offerors are advised
to review the requirements of DFAR 252.204-7004 contained herein.
EXPEDITING CONTRACT CLOSEOUT (NAVSEA)(DEC 1995)(a) As part of the
negotiated fixed price or total estimated amount of this contract, both
the Government and the Contractor have agreed to waive any entitlement
that otherwise might accrue to either party in any residual dollar
amount of $500 or less at the time of final contract closeout. The term
"residual dollar amount" shall include all money that would otherwise
be owed to either part at the end of the contract except that, amounts
connected in any way with taxation, allegations of fraud and/or
antitrust violations shall be excluded. For purposes of determining
residual dollar amounts, offsets of money owed by one party against
money that would otherwise be paid by that party may be considered to
the extent permitted by law. (b) This agreement to waive entitlement to
residual dollar amounts has been considered by both parties. It is
agreed that the administrative costs for either part associated with
collected such small dollar amounts could exceed the amount to be
recovered. This is anticipated to be an indefinite -delivery,
indefinite-quantity Firm-Fixed Price contract. The shipping terms will
be F.O.B. Destination, Naval Surface Warfare Center, 300 Highway 361,
Crane IN 47522-5001 with inspection/acceptance at Destination.
Delivery will be required within 90 days from contract award for the 64
each. Delivery for subsequent delivery orders placed under this
contract will be 90 days from the effective date of the order. Delivery
orders shall be placed utilizing an 1155 format from the date of the
award of the basic contract for a period of 60 months. NAVSURWARCENDIV
Crane is the only agency authorized to place orders under the
resultant contract. Provisions 52.212-1 Instructions to
Offerors-Commercial, 52.212-4 Contract Terms and Conditions-Commercial
Items, this clause is tailored by omitting (o); 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items (incorporating FAR 52.203-6 Restrictions on
Subcontractor Sales to the Government Alt 1 (41U.S.C. 253g and 10
U.S.C. 2402), FAR 52.219-8 Utilization of Small Business Concerns and
Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2)and (3), FAR
52.219-14 Limitations on Subcontracting (U.S.C. 637(a)(14), FAR
52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Affirmative
Action for Special Disabled and Vietnam Era Veterans (38 U.S.C.4212),
52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793),
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212)) DFARS 252.212-7001 Contract Terms
& Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (incorporating
252.205-7000 Provision for Agreement to cooperative agreement holders,
252.225-7001 Buy American Act-Balance of Payments Program [if required
include 252.225-7000 Buy American Act-Balance of Payments Program
Certificate], 252.225-7012 Preference for Certain Domestic Commodities,
252.225-7014 ALT I Preference for Domestic Specialty Metals,
252.227-7015 Technical Data-Commercial Items (10U.S. C. 2320),
252.247-7024 Notification of Transportation of Supplies by Sea
(10U.S.C. 2631), 252.249-7001 Notification of Substantial Impact on
Employment (10 U.S.C. 2501 note),). FAR 52.203-03 Gratuities and
52.225-11, Restrictions on Certain Foreign Purchases. Notice of
Priority Rating for National Defense Use, FAR 52.211-14. This shall be
a DO rated order. FAR 52.219-5 Notice of Total Small Business
Set-Aside, Defense Priority and Allocation Requirements, FAR 52.211-15.
Ordering 52.216-18. These orders may be issued from the effective date
of contract through 60 months from the effective date of contract.
Order Limitations FAR 52.216-19. (a) 10 each, (b) (1) 400 each (2) 400
each (3) 7 days (d) 2 days. Indefinite Quantity 52.216-22 (d) 60
months from effective date of contract. Offerors responding to this
announcement must provide the information contained in 52.212-1,
Instructions to Offerors-Commercial Items with the deletion of the
following this clause is tailored: (h) (d) (e) (b)(5). Must include a
completed copy of provision FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items deleting (f)and (g) as not applicable
DEVIATION and provision DFAR 252.212-7000 Offeror Representations and
Certifications -- Commercial Items. The offeror should also provide its
Commercial and Government Entity (CAGE) code, Contractor Establishment
code (DUNS Number) and Tax Identification Number. FAR 52.212-2 is
tailored to delete (b) and the warranty and to add in (a) the factors
of the ability to meet the Government's requirements and past
performance which will be the dominant evaluation criteria with cost as
a secondary factor. Past performance information required is found in
FAR 52.212-1(10). If a change occurs in this requirement, only those
offerors that respond to this announcement within the required time
frame will be provided any changes/amendments and considered for future
discussions and/or award. See note number 1. This is a 100% small
business set-aside procurement. All responsible sources may submit a
proposal which shall be considered by the agency. The offerors written
quote and the above required information must be received at this
office on or before June 1, 1998 at 2:00PM EST. The individual to
contact for information regarding this requirement is Ms. Nancy Lakin,
Code 1162NC Bldg 2521, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane
IN 47522-5011. (0138) Loren Data Corp. http://www.ld.com (SYN# 0180 19980520\10-0004.SOL)
10 - Weapons Index Page
|
|