Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 21, 2001 PSA #2812
SOLICITATIONS

54 -- LIGHT SHELTER FOR ELEC. EQUIPMENT

Notice Date
March 19, 2001
Contracting Office
Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001
ZIP Code
47522-5001
Solicitation Number
N00164-01-R-0071
Response Due
March 30, 2001
Point of Contact
Mr. Dale Dewar, Code 1164, telephone 812-854-4795, fax 812-854-3465, e-mail dewar_dale@crane.navy.mil
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00164-01-R-0071 is hereby issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and DCN 20001001. The North American Industry Classification System (NAICS) Code for this procurement is 332311 and the size standard is 500 employees. This requirement will be for the following: CLIN 0001 Quantity of 7 each, Shortened Type I S-788/G Shelter, Marion Composites P/N 0029001001, Brand Name Or Equal. This P/N or equivalent must be in accordance with MIL-PRF-44408revC and its attachment A. MIL-PRF-4408rev C and its attachment are available for downloading at http://crane.navy.mil/supply/announce.htm. Note: Offerors must propose pricing for CLIN 0001(fixed quantity) and for CLIN 0002 (indefinite quantity). For quantity breakdown for CLIN 0002, see TABLE 1 below. CLIN 0002 Quantity is indefinite (see TABLE 1 below). CLIN 0002 is a Shortened Type I S-788/G Shelter, Marion Composites P/N 0029001001, Brand Name Or Equal. This P/N or equivalent must be in accordance with MIL-PRF-44408revC and its attachment A. MIL-PRF-44408rev C and its attachment are available for downloading at http://crane.navy.mil/supply/announce.htm. Offerors shall provide pricing for line item 0002 in the quantities and for the time frames that follow. The Government shall have the right to place a delivery order for any quantity during the life of the contract that falls at or between the minimum of 1 shelters and the maximum of 40 shelters. In order to provide pricing for quantities ordered that fall between those listed below, the following formula will apply. UP = UPnh + (Qh QO) * ((UPnl UPnh) / (Qh Ql)) Where: UPnh = Unit Price for the higher quantity (range upper limit) in the applicable ordering period UPnl = Unit Price for the lower quantity (range lower limit) in the applicable ordering period Qh = Quantity at the range upper limit Ql = Quantity at the range lower limit QO = Quantity being ordered Offerors should provide unit price for each ordering year on the table below provided at our web site at www.crane.navy.mil/supply/announce.htm. * Ordering Years for CLIN 0002: Year 1 = Effective date of Contract To 30 April 2002 Year 2 = 1 May 2002 to 30 April 2003 Year 3 = 1 May 2003 to 30 April 2004 Year 4 = 1 May 2004 to 30 April 2005 Year 5 = 1 May 2005 to 30 April 2006 Evaluation of Proposed Pricing: Prices will be evaluated by calculating the average unit price for all of the above quantities for all contract years. Note that this buy is being conducted in accordance with FAR 6.302-1(c), application for brand name descriptions, and FAR 13.5. Delivery is required FOB Destination to NSWC Crane Division, 300 Highway 361, Crane, IN 47522-5001, Bldg. #3227. For each order, the first shelter shall arrive at Crane NLT 60 days after date of order, and 1 additional shelter is to arrive each week thereafter until entire quantity ordered has been delivered. Early deliveries are acceptable. Any exceptions to the delivery requirement must be explained in offeror's proposal. Final inspection and acceptance will be at destination NSWC Crane, and will occur within 30 days after delivery. Selection for award will be based on past performance and price for offers of the specified brand name product or equivalent. Past performance and price are equal in importance for this award evaluation. A Certificate of Conformance (COC) will be required for all items ordered under resultant contract. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This requirement is issued as a firm fixed-price contract for brand name or equal supplies. This contract will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Offerors shall include a copy of their warranty with the offer. Clauses/provisions: 52.203-3; 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations/Certifications and forward with proposal); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.22236; 52.22237; 52.225-16; 52.232-33;); 52.215-05 (812-854-5666 fax #); 52.216-22; 252.204-7004; 252.212-7001 (incorporating 252.225-7001; 252.243-7002; 252.247-7023), 252.219-7003 The offeror shall provide its Commercial and Government Entity (CAGE) Code, Tax Identification Number (TIN), and DUNS number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. 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. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed or e-mailed to Mr. Dale Dewar at FAX 812-854-3465, e-mail address dewar_dale@crane.navy.mil. All required information must be received on or before 30 March 2001 @ 2:00 PM Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
Web Link
Naval Surface Warfare Center, Crane Division's web (www.crane.navy.mil/supply/announce.htm)
Record
Loren Data Corp. 20010321/54SOL001.HTM (W-078 SN50G5M5)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on March 19, 2001 by Loren Data Corp. -- info@ld.com