Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536

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

59 -- CABLE ASSEMBLIES SOL N00164-00-Q-0106 DUE 022500 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-0106 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 97-15 and Defense Acquisition Circular 91-13. The standard industrial code is 3357 and the business size standard is 1000 employees or less. This requirement is as follows. Line item 0001: Quantity 68 each Cable Assembly, to be manufactured in accordance with NAVAL AIR SYSTEMS COMMAND Drawing #802027201400-12; CLIN 0002: Quantity 68 each Cable Assembly, to be manufactured in accordance with NAVAL AIR SYSTEMS COMMAND Drawing 802027201400-1. Drawings are available to be downloading in MSWord 97 or to view in PDF format. The successful offeror shall provide 1 each bid sample for each cable within 5 weeks after issuance of award. The Government will require 14 days for specification evaluation. The Government will inform the contractor of pass/fail. If the unit(s) fail, the Government will provide written failure(s) documentation to the contractor. The contractor will be given 1-2 weeks to correct the failure(s). If the bid samples successfully pass the specification evaluation, they will become part of the production quantity. The required delivery date for the total quantity shall not be later than 12 May 2000. Shipping terms shall be F.O.B. Destination with inspection and acceptance at NAVSURFWARCENDIV CRANE. 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 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. A Firm-Fixed Price purchase order will be awarded based on Simplified Acquisition Procedures (SAP). In SAP, this procurement is reserved for Small Business concerns. 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 by Reference; 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; Business The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. 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 the above contact point in this office on or before 29 February 25, 2000 at 12:00 PM (Noon) Eastern Standard Time. Numbered Note 26 applies. Posted 02/10/00 (W-SN424028). (0041)

Loren Data Corp. http://www.ld.com (SYN# 0267 20000214\59-0014.SOL)


59 - Electrical and Electronic Equipment Components Index Page