|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592Crane Division, Code 1165, Naval Surface Warfare Center, 300 Highway
361, Crane, IN 47522-5001 58 -- POCKET LASER RANGEFINDER SOL N00164-00-R-0073 DUE 052200 POC Ms.
mary T. Sturgis, Code 1165ZK, 812-854-3730, FAX 812-854-5066/Ms. Mary
Sheetz, Contracting Officer WEB: Click here to download a copy of the
Addendum to the, www.crane.navy.mil/supply/business.htm. E-MAIL: Click
here to reach POC via e-mail, sturgis_m@crane.navy.mil. This is a
COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The solicitation number is
N00164-00-R-0073 and is being issued as a Request for Proposal (RFP).
The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-17, DFARS
Change Notice 20000413. The associated Standard Industry Code (SIC)
code is 3812 and the small business size standard is 750 employees.
This acquisition is not reserved for small business. Items are DO
rated. This requirement is for the purchase of Pocket Laser
Rangefinders (PLRF) and associated data in accordance with a Government
Performance Specification, Statement of Work and Contract Data
Requirements Lists (CDRL). The Pocket Laser Rangefinder is a small,
handheld, single-button operation laser rangefinder with an internal
sighting optic and range display. The system shall include a
lanyard/neck strap. A firm-fixed price supply indefinite delivery
indefinite quantity (IDIQ) type contract with options is anticipated
for this item. The contract period of performance is five years from
effective date of contract award. The option may be exercised 1 through
365 days after contract award. The agency authorized to place delivery
orders against this contract is: Crane Division, Naval Surface Warfare
Center (NAVSURFWARCENDIV Crane), Crane, IN 47522. Delivery orders will
be placed against this contract by the Government using a DD1155
format. Delivery orders placed under this contract will be placed by
the Government no later than 5 years from the effective date of
contract award. Contract Line Item Number (CLIN) 0001 is for PLRF
Engineering Test Units (ETU) in accordance with Performance
Specification number PS/00/805/009 and the SOW for the PLRF. The
requirement is for a minimum quantity of 1 each and a maximum quantity
of 4 each. CLIN 0002 is an Option for PLRF Production Units in
accordance with Performance Specification number PS/00/805/009 and the
SOW for the PLRF. The requirement is for a minimum quantity of 50 each
and a maximum quantity of 10,000 each. CLIN 0003 is for
not-separately-priced (NSP) Data in accordance with CDRLs A001, A002
and A003. Delivery is F.O.B. Destination to NAVSURFWARCENDIV Crane,
Bldg. 41SE, Code 1121A, 300 Highway 361, Crane, IN 47522-5000, M/F:
Bldg. 3291, Code 805, B. Tussey. Delivery of the ETUs is required 180
days from effective date of order. Delivery of the production units is
required 180 days from effective date of order with monthly deliveries
of 50 each thereafter. The following provisions apply to this
solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items
(MAR 2000) and FAR 52.212-2, Evaluation-Commercial Items (JAN 1999).
Addendum to 52.212-1 and 52.212-2 are provided as attachments. Offerors
are to include a completed copy of the provision FAR 52.212-3, Offeror
Representations and Certifications -- Commercial Items (FEB 2000)
Alternate I with your offer. Offerors are to include a completed copy
of the provision DFAR 252.212-7000, Offeror Representations and
Certifications -- Commercial Items (NOV 1995) with your offer. The FAR
clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY
1999) applies to this acquisition. Addendum to FAR 52.212-4 is provided
as an attachment. Location of attachments is listed below. The FAR
clause 52.212-5, Contract Terms and Conditions Required To Implement
Statutes Or Executive Orders-Commercial Items (FEB 2000) applies to
this acquisition. Specific clauses within FAR 52.212-5 that apply are:
FAR 52.203-6, FAR 52.219-8, FAR 52.219-9, FAR 52.222-21, FAR
52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-1,
and FAR 52.232-33. Other clauses incorporated in this solicitation: (in
full) Expediting Contract closeout (NAVSEA) (DEC 1995); SPECIAL NOTICE.
Other applicable FAR and DFAR clauses (incorporated by reference): FAR
52.203-3, FAR 52.211-15, FAR 215-05, FAR 52.217-7, FAR 52.223-3, FAR
52.225-13, FAR 52.232-30, FAR 52.242-15, FAR 52.243-1, FAR 52.245-2,
DFAR 252.204-7004 and DFAR 252.245-7001. Clauses incorporated in full
text are as follows: FAR 52.211-14 (DO rated), FAR 52.223-07, Year 2000
Warranty-Information Technology (5241)(Sep 1998), Standard Commercial
Warranty (6001). Clause DFAR 252.212-7001 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items (JAN 1999) applies to this
solicitation. Specific clauses within DFAR 252.212-7001 that apply are
DFAR 252.205-7000, DFAR 252.219-7003, DFAR 252.225-7000, DFAR
252.225-7001, DFAR 252.225-7002, DFAR 252.225-7012, DFAR 252.227-7015,
DFAR 252.227-7037, and DFAR 252.243-7002. The clause FAR 52.216-18,
Ordering (OCT 1995) applies to this acquisition. Paragraph (a) is
completed as follows: Such orders may be issued from 1day through 60
months from the effective date of the contract. The clause FAR
52.216-19, Order Limitations (OCT 1995) applies to this acquisition.
Paragraph (a) is completed as follows: Minimum Order -- 1 each.
Paragraph (b) is completed as follows: Maximum Order -- (1) Any order
for a single item in excess of 10,000 each, (2) any order for a
combination of items in excess of 10,000 each, (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. The clause FAR 52.216-22, Indefinite Quantity (OCT 1995)
applies to this acquisition. Paragraph (d) is completed as follows:
after delivery of the last delivery order issued under this contract.
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, Offeror
Representations and Certifications -- Commercial items. The offeror
should also provide its Commercial and Government Entity (CAGE) code,
Contractor Establishment code (DUNS Number) and Tax Identification
Number. The contractor must also be registered with the Central
Contractor Registration DataBase (CCR) IAW DFAR 252.204-7004. 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. Offers are to be received at NAVSURFWARCENDIV Crane, Bldg. 64
Bid Box, 300 Highway 361, Crane, IN 47522-5000 by 2:00 PM (Local time)
on 22 May 2000. Reference solicitation number N00164-00-R-0073 on
offer. Offers may be sent via facsimile and must be followed up with a
hard copy. Point of contact is Ms. Mary Sturgis, Code 1165ZK at (812)
854-3730 or email address listed below, and facsimile 812-854-5066.
All responsible sources may submit an offer, which shall be considered
by this agency. Numbered Note 9 applies. Posted 05/01/00 (W-SN450076).
(0122) Loren Data Corp. http://www.ld.com (SYN# 0190 20000503\58-0010.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|