Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,2000 PSA#2576

Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001

58 -- SONAR SIMULATORS SOL N00164-00-Q-0084 DUE 042100 POC Ms. Patty Cox, telephone 812-854-3229, fax 812-854-3465, e-mail cox_p@crane.navy.mil WEB: Naval Surface Warfare Center, Crane Division, Acquisition, www.crane.navy.mil/supply/announce.htm. 17. 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-0084 applies and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16 and Defense Change Notice 2000316. The standard industrial code is 3812 and the business size standard is 750 employees or less. This requirement is for Sonar Simulators, NSN 5845-00-427-5312, in accordance with NSWC Crane drawings & statement of work (see http://www.crane.navy.mil/supply/announce.htm). Current requirement is for 4 each, with a maximum quantity of 15 each (11 additional) over a 5-year contract ordering period. Delivery is required within one year after receipt of order. F.O.B. Destination shipping terms apply, with inspection and acceptance at NSWC Crane, IN 47522. All responsible sources may submit an offer, which will be considered by the Agency. Vendor quotations shall include quantity breaks and pricing for current requirement and out-years. A Firm-Fixed Price purchase order will be awarded utilizing Simplified Acquisition Procedures. This procurement is reserved for Small Business concerns. 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; 52.225-1 Buy American Certificate; 52.225-3 Buy American Act Supplies; 52.225-11 Restrictions on Certain Foreign Purchases; 52.225-10 Duty-Free Entry; 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; 252.225-7008 Supplies to be Accorded Duty-Free Entry; 252.225-7009 Duty-Free entry Qualifying Country End Products and Supplies; 252.225-7010 Duty-Free Entry Additional Provisions; 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; 52.211-7 Alternatives to Government Unique Standards; 52.246-16 Responsibility for Supplies; 52.249-1 Termination forConvenience of the Government (Fixed Price) (Short Form); 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; 52.243-1 Alt II Changes -- - Fixed Price; 52.211-6 Brand Name or Equal; 52.211-14 Notice of Priority Rating for National Defense Use; 52.211-15 Defense Priorities and Allocations Requirements, 52.211-17 Delivery of Excess Quantities; 52.222-3 Convict Labor; 252.225-7035 Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program Certificate; 252.225-7036 Buy American Act North American Free Trade Agreement Implementation Act Balance of Payment Program; 52.2237-2 Protection of Government Buildings, Equipment, & Vegetation; 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. 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 specification compliance, past performance, and price. 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 may be faxed or emailed to Patty Cox, FAX 812-854-3465, e-mail address cox_p@crane.navy.mil. Quotations and the above required information must be received at the above contact point in this office on or before 21 APR 2000 at 12:00 PM (Noon) Eastern Standard Time. Posted 04/07/00 (W-SN442314). (0098)

Loren Data Corp. http://www.ld.com (SYN# 0295 20000411\58-0014.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page