Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1999 PSA#2365

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

66 -- MONOCHROMATOR COLLIMATOR ASSEMBLY SYSTEM SOL N00164-99-R-0110 DUE 070999 POC Ms. Nancy Lakin, Contract Specialist, 812-854-3681, FAX 812-854-5095. WEB: Click here to review Crane Division Acquisition Department, http://www.crane.navy.mil. E-MAIL: Click here to contact the Contract Specialist via, 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 N00164-99-R-0110 is issued as a Request for Proposal. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Defense Acquisition Circular 91-13. The Standard Industrial Code is 3812. The Small Business size standard is 750 employees. The government is requesting offers for: CLIN 0001 1 each of a Monochromator/Collimator Assembly System in accordance with the Statement of Work which is available upon request. Item 0002, the Data is to be provided in accordance with the DD 1423[s] which are available upon request. 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 inspection/acceptance at Destination within 30 days from the date of delivery. Acceptance verification will be in accordance with 5.0 of Statement of Work. Delivery will be required within 120 days from contract award for 1 each of the Monochromator/Collimator Assembly System. Provisions 52.212-1 Instructions to Offerors-Commercial, 52.212-4 Contract Terms and Conditions-Commercial Items is tailored with the addition of: (o) STANDARD COMMERCIAL WARRANTY (NAVSURFWARCENDIV) 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 final acceptance 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.) and (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, and Business Relations/ Customer Satisfaction, 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 52.219-4 Notice of HUBZone Small Business Concerns, FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, FAR 52.222-21 Prohibition of Segregated Facilities, 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), 52.225-18 European Union Sanctions for End Products, 52.242-15 Stop-Work Order. DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [incorporating 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.243-7002 Certification of Requests for Equitable Adjustment, 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act -- Balance of Payment Program [if required include 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate], DFARS 252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data -- Commercial Items, 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. Defense Priority and Allocation Requirements, FAR 52.211-15. Offerors responding to this announcement must provide the information contained in 52.212-1, Instructions to Offerors- Commercial Items, is tailored for this solicitation with the deletion of the following: (d) and (e). The proposal must include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and 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). In accordance with FAR 15.304, (a) is tailored to state the following factors shall be used to evaluate offers: past performance, technical performance and price. The ability to meet the Government's requirements and the offeror's past performance are the more important factors being considered in the evaluation criteria. Although price will be considered, it will only carry weight if the other factors are equal. Please submit relevant information on past performance and technical expertise when submitting the proposal, see (10) in FAR 52.212-1. 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. All responsible sources may submit a proposal which shall be considered by the agency. Year 2000 Warranty -- Commercial Supply Items The contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance. Note for solicitations and new contracts: The solicitation should describe the existing computer system or the products (i.e., firmware, middleware, etc.) that will be used with the commercial products and systems being acquired, and as appropriate, whether those existing systems and products are Year 2000 compliant, and any efforts currently underway to provide this capability. 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. List your Commercial and Government (CAGE) Code and Contractor Establishment Code. The offerors written quote and the above required information must be received at this office on or before July 9, 1999 at 2:00PM EST. The individual to contact for information regarding this requirement is Nancy Lakin (812)854-3681 FAX (812)854-5095, e-mail address is: lakin_n@crane.navy.mil. Complete mailing address is Ms. Nancy Lakin, Code 1162NC Bldg. 2521, NSWC Crane, 300 Highway 361, Crane IN 47522-5001. Posted 06/09/99 (W-SN341101). (0160)

Loren Data Corp. http://www.ld.com (SYN# 0309 19990611\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page