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