Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 18,2000 PSA#2517

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

59 -- RECEIVER -- TRANSMITTER, LIGHT SIGNAL SOL N00164-00-Q-0077 DUE 012800 POC Ms. Diane Pearson, Code 1163W7, telephone 812-854-5201, 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, pearson_d@crane.navy.mil. This is a Combined Synopsis/Solicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A Written Solicitation Will Not Be Issued. Solicitation #N00164-00-Q-0077 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 97-14 and Defense Acquisition Circular 91-13. The standard industrial code is 3679 and the business size standard is 500 employees or less. This requirement is as follows. Line item 0001: Description: 15 each Receiver Transmitter, Light Signal, to be fabricated in accordance with Naval Sea Systems Command Drawing /Specification number 7353650 -001 which is available for downloading in MSWord 97 or view in PDF format. In accordance with paragraph 4.7.2, the supplier shall prepare and present a test plan for approval by the procuring activity. Qualification testing of the three each will be witnessed by a representative of DCMC as well as a representative of NAVSURFWARCENDIV, Crane. Inspection and acceptance of the three tested units will be at the contractor's facility. Qualification testing shall be completed no later than 1 April 00. If the three units pass all testing, they will become production units. The remaining units shall be delivered by 10 May 00. Shipping terms shall be F.O.B. Destination with inspection and acceptance at NAVSURFWARCENDIV CRANE. A Firm-Fixed Price purchase order will be awarded based on Simplified Acquisition Procedures (SAP). Award will be made based on all or none. The following provisions apply to this acquisition: 52.203-3 Gratuities; 52.222-25 Affirmative Action Compliance [FILL-IN]; 52.222-26 Equal Opportunity; 52.232-1 Payments, 52.233-1 Disputes; 252.243-7001 Pricing of Contract Modifications; 52.246-1 Contractor Inspection Requirements; 52.252-2 Solicitation Provisions Incorporated byReference; 52.219-1 Small Business Program Representations [FILL-IN]; 52.232-23 Alt I Assignment of Claims; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-11 Restrictions on Certain Foreign Purchases; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7009 Duty-Free entry Qualifying Country End Products and Supplies; 52.232-8 Discounts for Prompt Payment; 52.204-3 Taxpayer Identification [FILL-IN]; 52.207-4 Economic Purchase Quantity-Supplies [FILL-IN]; 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 52.222-21 Certification of Nonsegregated Facilities; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.211-5 Material Requirements; 52.246-16 Responsibility for Supplies; 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form); 52.225-3 Buy American Act-Supplies; 52.233-3 Protest after Award; 52.222-20 Walsh-Healey Public Contracts Act; 52.222-22 Previous Contracts and Compliance Reports; 52.243-1 Alt I Changes-Fixed-Price; 52.211-14 Notice of Priority Rating for National Defense Use; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 252.246-7000 Material Inspection and Receiving Report; 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form); 52.249-8 Default (Fixed-Price Supply and Service); 52.232-25 Prompt Payment; 52.247-34 F.O.B. Destination. 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 been successfully 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. FIRST ARTICLE APPROVAL-CONTRACTOR TESTING (SEP 1989) (FAR 52.209-3) (a) The Contractor shall test 3 unit(s) of Lot/Item(s) 0001 as specified in this contract. At least 14 calendar days before the beginning of first article tests, the Contractor shall notify the Contracting Officer, in writing, of the time and location of the testing so that the Government may witness the tests. (b) The Contractor shall submit the first article test report within 30 calendar days from the date of this contract to NAVAL SURFACE WARFARE CENTER, 300 HIGHWAY 361, ATTENTION: DIANE L. PEARSON, CODE 1163W7, BLDG. 3241, CRANE, IN 47522 marked "FIRST ARTICLE TEST REPORT: Contract No. TBD, Lot/Item No. 0001 ." Within 5 calendar days after the Government receives the test report, 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 repeat any or all first article tests. After each request for additional tests, 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 then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified by the Government. The Government shall take action on this report within the time specified in paragraph (b) above. 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 report 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, and if the approved first article is not consumed or destroyed in testing, the Contractor may deliver the approved first article as part of the contract quantity if it meets all contract requirements for acceptance. (f) If the Government does not act within the time specified in paragraph (b) or (c) above, 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) 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.(h) 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. Alternate I (Jan 1997) (i) The Contractor shall produce both the first article and the production quantity at the same facility. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. 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 and 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. 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 at NAVSURFWARCENDIV, Attn: Diane Pearson, Bldg. 64, Code 1163W7, Crane, IN 47522 (FAX 812-854-3805) on or before 28 January 00 at 12:00 PM (Noon) Eastern Standard Time. Posted 01/13/00 (W-SN415906). (0013)

Loren Data Corp. http://www.ld.com (SYN# 0236 20000118\59-0006.SOL)


59 - Electrical and Electronic Equipment Components Index Page