Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106

Crane Division, Naval Surface Warfare Center, Code 1162 Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001

13 -- DIOPLEX LINEAR SHAPE CHARGE CONTAINMENT SOL N00164-98-R-0097 DUE 061098 POC Paul R Johnson, Code 1162NP, telephone 812-854-3225, Scott Bingham, Contracting Officer WEB: click here to download, http://www.crane.navy.mil. E-MAIL: click here to contact the POC, johnson_p@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-0097 is issued as a Request for Proposal. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The Standard Industrial Code is 2892. The Small Business size standard is 750 employees. This action is being processed as a Sole Source acquisition to WinTec, Inc located in Fort Washington, MD. The government is requesting offers for: CLIN 0001 -- 90 each 40mm Dioplex Re-supply increments Part Number WA40-001; CLIN 0002- 91 each 80mm Re-supply increments Part Number WA80-001; and CLIN 0003- 200 each Mobility Boxes Part Number WAB-001. Written datais to be provided with each increment kit that includes the date of manufacturer, Certification of Materials, Type and Grade of Plastics and Copper and any coating materials involved. SCHEDULE NOTES: 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 a Firm Fixed Price contract. The shipping terms will be F.O.B. Destination, Naval Surface Warfare Center, Crane IN with the inspection/acceptance at Destination. Delivery will be required within 90 days from contract award. The following clauses andprovisions are applicable to the proposed procurement: Provisions 52.212-1 Instructions to Offerors-Commercial, 52.212-4 Contract Terms and Conditions-Commercial Items, 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, FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era.) 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 of Information to Cooperative Agreement Holders (10U.S.C. 2416), 252.225-7001 Buy American Act and Balance of Payment 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 Preference for Domestic Specialty Metals (10 U.S.C. 3341 note), 252.227-7015 technical Data-Commercial Items (10 U.S.C. 2320), 252.247-7024 Notification of Transportation of Supplies by Sea (10U.S.C 2631) FAR 52.203-03 Gratuities, 52.225-11 Restrictions on Certain Foreign Purchases, Notice of Priority Rating for National Defense Use, FAR 52.211-14- This is a DO rated order. Defense Priority and Allocation Requirements 52.211-15, Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors-Commercial Items (clause tailored to delete paragraphs d,e,h,I,ii) and must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (clause tailored to delete paragraphs f and g), 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. 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. The offerors written quote and the above required information must be received at this office on or before June 10, 1998 at 3:00PM Eastern Std Time, note 22 is applicable. The individual to contact for information regarding this requirement is Paul Johnson (812)854-3225 FAX (812)854-5095 or e-mail johnson _p@crane.navy.mil. Codee 1162NP Bldg 2521, NAVSURFWARCENDIV Crane, 300 Hwy 361, Crane, IN 47522-5011. (0148)

Loren Data Corp. http://www.ld.com (SYN# 0209 19980601\13-0002.SOL)


13 - Ammunition and Explosives Index Page