|
COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1999 PSA#2393Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway
361, Crane, In 47522-5001 30 -- GENERATOR KIT SOL N00164-99-Q-0223 DUE 080399 POC Ms. Hilda
Quillen, telephone 812-854-2422, fax 812-854-5666, e-mail
quillen_h@crane.navy.mil WEB: Naval Surface Warfare Center, Crane
Division's homepage, www.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-Q-0223
applies and is issued as a request for quote (RFQ). This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-10 and Defense Acquisition
Circular 91-13. The standard industrial classification is 3621 and the
business size standard is 1,000 employees or less. This requirement is
for a firm fixed price contract for 3 each Generator kits consisting of
a modified COTS generator, railing system, remote control/meter panel,
electronic governing system and a 23-volt starting capability (24 volt
Alternator) as specified in the Statement of Work. Statement of Work
can be downloaded at www.crane.navy.mil. The Government requires
delivery of the generator kits as soon as practicable. Offerors are
requested to submit pricing for delivery of the entire requirement on
the basis of a delivery schedule of 45 days after award of contract.
Shipping shall be F.O.B. NSWC Crane, IN, with inspection and acceptance
at destination. All responsible sources may submit an offer, which will
be considered by the Agency. A firm-fixed price purchase order will be
awarded using Simplified Acquisition Procedures (SAP). This
procurement is reserved 100% for Small Business concerns. The following
FAR/DFARS clauses and provisions apply to this acquisition: 52.203-3
Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items;
52.212-4 Contract Terms & Conditions -- Commercial Items; 52.212-5
Contract Terms & Conditions Required to Implement Statutes or Executive
Orders -- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest
After Award; 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate 1; 52.219-8 Utilization of Small Business
Concerns and Small disadvantaged Business Concerns; 52.219-14
Limitations on Subcontracting; 52.222-26 Equal Opportunity (E.O.
11246), 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; 52.225-3 Buy American Act -- Supplies; 52.225-9
Buy American Act -- Trade Agreements Act -- Balance of Payments
Program; 52.225-18 European Union Sanctions for End Products; 52.225-19
European Union Sanctions for Services; 52.225-21 Buy American Act --
North American Free Trade Agreement Implementation Act -- Balance of
Payments Program, 252.212-7001 Contract Terms & Conditions Required to
Implement Statues or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (APR 1998), 252.225-7012 Preference
for Certain Domestic Commodities, 252.227-7015 Technical Data
Commercial Items apply to this acquisition. The contractor shall extend
to the Government the full coverage of any commercial warranty,
provided such warranty is available at no additional cost. Offerors
responding to this announcement must provide the information contained
in 52.212-1, Instruction to Offerors -- Commercial Items and must
include a completed copy of provision 52.212-3, Offeror Representations
and Certifications Commercial Items. Each offerors shall also provide
its Commercial and Government Entity (CAGE) code, Contractor
Establishment Code (DUNS number) and Tax Identification Number. SPECIAL
NOTICE: The Director, Defense Procurement have 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 @ http://ccr.edi.disa.mil. For further details regarding
therequirements of CCR, offerors are advised to review the requirements
of DFARS 252.204-7004. The Government intends to award to the
responsible contractor whose quotation is the most advantageous to the
Government considering technical specification compliance, past
performance, and price. Technical specification compliance and past
performance are equal in importance, and when taken together are
significantly more important than price. 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. Quotations, and
the above required information must be received in this office on or
before 3 August 1999 at 12:00 PM (Noon) Eastern Standard Time. Mailing
address is NAVSURFWARENDIV Crane, Code 1164E1, 300 Hwy 361, Crane IN
47522-5001 or fax to Ms. Brenda Wood at 812-854-3465 or email
wood_bk@crane.navy.mil. Posted 07/20/99 (W-SN356233). (0201) Loren Data Corp. http://www.ld.com (SYN# 0320 19990722\30-0001.SOL)
30 - Mechanical Power Transmission Equipment Index Page
|
|