|
COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1997 PSA#1878Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 49 -- PLATE ROLLING MACHINE SOL N00244-97-Q-9550 DUE 071197 POC Point
of Contact is Bid Officer at 619-532-2690/2692; Gwen Young,
Contracting Officer at 619-532-2890; FAX 619-532-1088/9 WEB: Click here
to learn more about FISC San Diego and additional contracting
opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contracting Officer or submit your quote via e-mail.,
gwen_young@fmso.navy.mil. This procurement is published as a Total
Small Business Set-Aside action per FAR 52.219-6; all eligible,
responsible sources may submit an offer. 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; quotes are being requested and a separate written
solicitation will not be issued. Solicitation number N00244-97-Q-9550
applies and is issued as a Request For Quotation. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 90-45 and Defense Acquisition
Circular 91-11. The standard industrial code is 3542 and the business
size standard is 500 employees. This requirement is for a fixed priced
contract for one (1) line items as follows. Line Item 0001: One (1)
each Plate Rolling Machine, 5/8" plate bending roll, length is 10'2",
roll capacity 5/8", rolldiameter 13", total floor space 88" x 243",
weight 28,469 pounds. Delivery of all items is required by 31 July 1997
to be delivered FOB Destination to: Receiving Officer, FISC San Diego
Ingleside Detachment, 188 Coral Sea Road, Ste A, Bldg 233, Naval
Station, Ingleside, TX 78362-5000. Mark for: V47316-7157-7A20.
Acceptance shall be made at destination. The provision at FAR 52.212-1,
Instructions to Offerors Commercial Items applies. Addendum to FAR
52.212-1, Paragraph (b)(5): Offers shall provide an express warranty
which at a minimum shall be the same warranty terms, including offers
of extended warranties, offered to the general public. Express
warranties shall be included in the contract. Offerors are required to
complete and include a copy of the following provisions with their
proposals: FAR 52.212-3, Offeror Representation and Certifications
Commercial Items. Clause 52.212-4, Contract Terms and Conditions
Commercial Items, applies as well as the following addendum clauses:
FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material,
Residual Inventory, and Former Government Surplus Property. The clause
at 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders Commercial Items applies with the
following applicable clauses for paragraph (b): FAR 52.222-26, Equal
Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped
Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses applicable for paragraph (b): DFARS 252.225-7001,
Buy American Act and Balance of Payment Program; and DFARS
252.225-7012, Preference for Certain Domestic Commodities. Any contract
awarded as a result of this solicitation will be a DO-rated order
certified for national defenseuse under the Defense Priorities and
Allocations System. The government intends to make a single award to
the responsible offeror whose offer is the most advantageous to the
government considering price and price related factors. Provision
52.212-2, Evaluation Commercial Items, applies with paragraph (a)
completed as follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions for Line
Item 0001. Quotes must be received no later than 3:00 PM, local time,
7/11/97 and will be accepted via fax (619-532-1088/9) or via e-mail
gwen_young@fmso.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 1,
13. (0178) Loren Data Corp. http://www.ld.com (SYN# 0354 19970701\49-0003.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|