Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531

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

59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N00164-00-R-0041 DUE 021700 POC Ms. Diane Pearson, Code 163W7, telephone 812-854-5201, FAX 812-854-3805; Ms. Luann Shelton, Contracting Officer WEB: click here to download copy of RFP, 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 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. This requirement is unrestricted. Solicitation Number N00164-00-R-0041 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Defense Acquisition Circular 91-15. The Standard Industrial Classification Code for this procurement is 3825 and the size standard is 500 employees. For funding purposes the quantity is being issued utilizing two methods which are as follows: Method #1 CLIN 0001-8 Each Specturm Analyzer, Tektronix Model #494P with Options 21, 31 and 42. Method #2 CLIN 0001-4 Each Spectrum Analyzer, Tektronix Model #494P with Options 21, 31 and 42. Method #2 will be an indefinite deliver with and indefinite quantity, with a minimum of 4 and a maximum of 8 over a one-year ordering period. The Government will accept refurbished Spectrum Analyzers; however they must meet ALL original equipment manufacturer's specifications. All units must contain the required options, which also must meet all original equipment manufacturer's specifications. The Government requires a one-year warranty at no additional cost to the Government. 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. Required delivery is 3 months after contract award. FAR Clauses/provisions 52.203-3 Gratuities, 52.212-1 Instructions 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. In the event the award is made via Method #2 above, the following applies: 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 Date of Contract Award through 365 after issuance of delivery order #1 . (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 4, 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 8 (2) Any order for a combination of items in excess of 8 ; or (3) A series of orders from the same ordering office within 365 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 455 days after issuance of Delivery Order #1. 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 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. 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. 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 Diane Pearson via fax at 812-854-3805 by 3:00 P.M. 17 February 2000. Posted 02/03/00 (W-SN421499). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0256 20000207\59-0010.SOL)


59 - Electrical and Electronic Equipment Components Index Page