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