Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

58 -- LOW NOISE AMPLIFIER SOL N00164-00-Q-0054 DUE 121099 POC Ms. Kathy Noel, Code 1163W2, telephone 812-854-3692, FAX 812-854-3805; Ms. Luann Shelton, Contracting Officer WEB: click here to download copy of RFQ, http://www.crane.navy.mil/supply. E-MAIL: click here to contact via e-mail, noel_k@crane.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number N00164-00-Q-0054 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. The Standard Industrial Classification Code for this procurement is 3669 and the size standard is 750 employees. This requirement is for the following: Minimum 20, Maximum 35 of a Low Noise Amplifier MITEQ part number AMFK-2F-00240027-065-7P-BT-L or equal and conforming to the following salient characteristics: (1) To be manufactured in accordance with envelope Drawing 802027201020 (attached); (2) in accordance with Specification Control Document 802027201021(attached); (3) Submittal of compliance matrix; (4) Technical proposal detailing with how the proposed units meet each of the criteria specified in the drawings shall be submitted with the offer; (5) Product sample for each item solicited (see below); (6) Delivery Schedule, 20 each is scheduled to be delivered four to five months after issuance of order; (7) No data items required. Each offeror is required to submit the following with their offer: Technical proposals detailing how their proposed items meet, or shall meet, each of the criteria specified in Specification Control Document 802027201021 and envelope drawing 802027201020 which are available for downloading in MSWord 97 or view in PDF format.. The Technical proposal may be in the contractor's format but must adequately address the specified information. The successful offeror's technical proposal shall be incorporated into the resulting contract. Product sample for each item solicited -- - The sample is required to meet the specifications stated in subject drawings. If a successful offeror's sample fully meets the drawing and specification requirements and it is not damaged during first article testing, the sample unit may be considered a production unit delivered under the resulting contract. In this event, the offeror shall only be required to deliver an additional 19 units to meet the minimum contract requirement of 20 units. The product sample is required to be, or have been, manufactured at the same facility as the proposed production units. The Government will have 2 weeks to respond in writing to the contractor to either accept or reject the first article unit. If in the event, there are deficiencies, the contractor will be notified of the problem(s). The time to correct the deficiency(ies) will be determined by the requiring activity at that time. If the company has produced the same unit(s) and have successfully passed first article testing, the first article requirement will be waived. The minimum quantity of 20 each will be purchased at time of award. Pricing is requested for a one (1) year ordering period for the additional units up to the maximum quantities. Pricing to allow for economic price breaks for additional purchase quantities, beyond the minimum. This requirement will be negotiated at a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The shipping terms will be FOB destination, Naval Surface Warfare Center, Crane, IN, with inspection and acceptance at destination. ORDERING (OCT 1995) (FAR 52.216-18) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from December 16, 1999 through December 16, 2000.(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. ORDER LIMITATIONS (OCT 1995) (FAR 52.216-19) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 20 each, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 35 each (2) Any order for a combination of items in excess of 35 each; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. (c) If this is a requirement contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 14 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for the reasons. Upon receiving this notice, the Government may acquire the supplies or service from another source. INDEFINITE QUANTITY (OCT 1995) (FAR 52.216-22) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum". The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after May 2000. FIRST ARTICLE APPROVAL-GOVERNMENT TESTING (SEP 1989) (FAR 52.209-4) (a) The Contractor shall deliver 1 unit(s) of Lot/Item 1 within 60 calendar days from the date of this contract to the Government at Naval Surface Warfare Center, 300 Highway 361, Crane, IN 47522 for first article tests. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 14 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraph (b) or (c) of this clase, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. FAR 52.209-4 (Alternate I) (JAN 1997) (j) The Contractor shall produce both the first article and the production quantity at the same facility. FAR Clauses/provisions 52.203-3 Gratuities, 52.212-1Instructions to Offerors Commercial Items, 52.212-4 Contract Terms and Conditions Commercial items, 52-212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (incorporating FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal Opportunity (E.O. 11246), 52,222-35 Affirmative Action for Special Disables and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-18 European Community Sanctions for end Products) applies to this acquisition. DFARS 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 and 252.227-7015 Technical Data Commercial Items apply to this acquisition. 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, Offferor Representations and Certifications Commercial items. The offeror should also provide its Commercial and Government Entity (CAGE) Code, Contractor Establishment Code and Tax Identification Number. SPECIAL NOTE 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 vial the Internet at http://ccr.edi.disa.mil. For further detains regarding the requirements of CCR, offerors are advised to review the requirements of DFAR 252.204-7004 contained herein. 252.204-7004 Required Central Contractor Registration. [As prescribed in 204.703], use the following clause: Required Central Contractor Registration (MAR 98) (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR database means the primary DOD repository for contractor information required to the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4(DUNS+4) number means the DUNS number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying sub-units or affiliates of the parent business concern. (4) Registered in the CCR database means that all mandatory information, including the DUNS number or the DUNS+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have beensuccessfully completed. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide it DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The Contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors 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. The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors. The offers will be evaluated on the following factors: Technical specification compliance, past performance, delivery and price. Technical specification compliance, past performance and delivery are equal, and when taken together are significantly more important than price. The Contractor shall provide past performance for same/similar products/specification with other Government Agencies, public or local Government for the past three years. All responsible sources may submit an offer which will be considered by the agency. Submit responses to Kathy Noel via e-mail noel_k@crane.navy.mil or fax at 812-854-3805 by 3:00 P.M. 10 December 1999. Posted 12/02/99 (W-SN405174). (0336)

Loren Data Corp. http://www.ld.com (SYN# 0206 19991206\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page