|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway
361, Crane, In 47522-5001 66 -- HAZARD SAFE OVEN SOL N00164-97-Q-0436 DUE 092297 POC Hilda
Quillen, Code 1164, telephone 812-854-2422, fax 812-854-5666 WEB: click
here to download, http://www.crane.navy.mil. E-MAIL: click here for
inquiries, quillen_h@crane.navy.mil. This is a combined
synopsis/solicitation for a commercial item 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; a proposal is being requested and a written
solicitation will not be issued. Solicitation Number N00164-97-Q-0436
is issued and the incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 90-45 and Defense
Acquisition Circular 91-11. This action is a brand name Hotpack Model
212579 Hazard-Safe Oven (quantity two each) or equal meeting the
following minimum requirements: 1. The working inner volume of the
ovens shall be at least 30 cubic feet, but not more than 50 cubic feet.
2. Thermostated temperature control shall cover the minimum range of
from 40 to 200 degrees Celsius with a temperature uniformity of + or --
2.0 degrees Celsius or better throughout the operating range. 3. The
oven shall be fitted with air-intake and air-exhaust ports. 4. The
ovens shall be equipped with captured blow-out panels. 5. The ovens
shall operate from 230 volt, 60 hz, single or 3-phase. Electrical
components and wiring shall conform to National Electrical
Manufacturers Association (NEMA) standards for Class I, Division I,
Group D, and Class II, Division I, Groups E, F, and G, hazardous dust
locations. This procurement is set-aside 100 percent for small
business. The Standard Industrial Classification Code is 3822.
Interested persons may identify their interest and capability to
respond to the requirement or submit proposals. The Governments
requirement of the equipment is required for service in an
explosives-operating area. The Government anticipates issuing a
Firm-Fixed-Price Purchase Order. The shipping terms will be F.O.B.
Naval Surface Warfare Center, Crane, IN with the inspection/acceptance
at destination. Delivery will be required within 60 days from contract
award. The following provisions apply to this acquisition: 52.212-1
InstructionsOfferors -- Commercial; 52.212-4 Contract Terms and
Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
(incorporating FAR clauses 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for
Handicapped Workers; 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.225.3 Buy American Act --
Supplied; 52.225-16 Buy American Act -- Supplies under European
Community Agreement certificate; 52.225-17 Buy American Act -- Supplies
under European Community Agreement; 52.225-18 European Community
Sanctions for End Products; 52.225-19 European Community Sanctions for
Services; 52.225-21 Buy American Act -- North American Free Trade
Agreement Implementation Act -- Balance of Payments Program);
252.211-7003 Brand Name or Equal. The contractor shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranty
is available at no additional cost to the Government. 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 offerer 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.
The offeror's written quote and the above required information must be
received at this office on or before 22 September 1997 at 4:00 pm
Eastern Standard Time. Mail quotes to Contracting Officer, (ATTN:
Brenda Wood, Code 1164, Bldg 64) NAVSURFWARCENDIV Crane, 300 Hwy 361,
Crane, IN 47522-5001. In accordance with DFARS 252.211-7003, offerors
proposing items other than the brand name shall provide the
manufacturer's name, model name, model/part number, any options being
proposed, and descriptive literature such as cuts, illustrations,
drawings, brochures, or clear references to previously furnished
information or descriptive data available to the contracting officer.
Offerors shall clearly describe any modifications the offeror plans to
make in a product to make it conform to the requirements. Mark any
descriptive literature to clearly show the modifications. Inquiries may
be made to Hilda Quillen, Code 1164, fax 812-854-5666 or e-mail
quillen_ h@crane.navy.mil. E-mail is preferred. All responsible sources
may submit an offer. (0248) Loren Data Corp. http://www.ld.com (SYN# 0330 19970909\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|