Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1998 PSA#2092

Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203

34 -- MISC FABRICATED WIRE PRODUCTS SOL N00600-98-Q-0595 DUE 052298 POC For information contact Sherry Carner on 703-697-3186 or the Contracting Officer Carolyn Glover on 703-697-3160 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. (ii) This solicitation number is N00600-98-Q-0595. (iii) The solicitation document is issued as a Request for Quotation (RFQ). (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4 and Defense Acquisition Circular 91-12. This is 100% Small Business Set-Aside. (v) The SIC code is 3496 with corresponding size standard of 500. If no response is received from a small business, this RFQ will be issued on an unrestricted basis without further notice. (vi) CLIN 0001, Wire mesh security partition, (quantity 8 each), CLIN 0002, Wire mesh temporary security partition (quantity 2 each). (vii) CLIN 0001 Wire mesh security partition, double wide with single dividing wall, 25 foot x 24 foot, constructed of 10 gauge wire woven in a 1 inch diamond pattern with C-channel framing, all necessary horizontal stiffener channels, floor sockets, top capping bars, corner posts and assembly hardware, sliding doors with built in mortise locks (quantity 8 each), CLIN 0002., Wire mesh temporary security partition, service enclosure, 25 foot x 25 foot, constructed of 10 gauge wire woven in a 1 inch diamond pattern with C-channel framing, all necessary horizontal stiffener channels, floor sockets, top capping bars, corner posts and assembly hardware, sliding doors with built in mortise locks (quantity 2 each). (viii) The ship to address will be PSC Receiving Yard (N63387), Building 307, code 800, 32 and Harbor Drive, San Diego, CA 92136, MARK FOR: NORTH ISLAND PROJECT #3058. Acceptance will be at destination within 15 working days after receipt of partitions. (ix) Offerors shall comply with FAR 52.212-1 Instructions to Offerors. In addition to complying with 52.212-1 Instructions to Offerors, offerors that are proposing an Or-equal product should submit information regarding there products (i) compatibility, (ii) physical dimensions, and (iii) ease-of-use. (x) Offers will be evaluated in accordance with 52.212-2. The factors used to evaluate offers are (in descending order or importance): (i) price and (ii) technical capability of the item offered to meet the government's requirements. (xi) offerors are to include a completed copy of the FAR provision 52.212-3 and DFARS provision 252.212-7000 with its proposal. The following terms and conditions are added as an addenda to this clause: TYPE OF CONTRACT. The resulting contract will be a firm-fixed price type contract. STANDARD COMMERCIAL WARRANTY. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warrant does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon delivery of the items listed in the Schedule. The offeror shall submit a copy of its standard commercial-warranty (if applicable) with its offer. PACKING MATERIAL. The use of shredded paper, whether newspaper, office scrap, computer sheets, or waxed paper, in packing materials for shipment to navy activities, is prohibited. PACKING. Supplies shall be prepared for shipment in accordance with the manufacturer's best commercial practice to reach the ultimate destination undamaged. (xii) FAR 52.212-4, 52.212-5 and DFAR 252-212-7001 applies to this acquisition and resulting contract. FAR 52.212-5 paragraphs (a), (b)(1), (b)(2), (b)(3); (b)(6), (b)(7), (b)(8), (b)(9) and (d) and (e) apply. (xiii) Proposals should be received by 22 May 1998 by 3:00 p.m. local time at FISC Norfolk Detachment Washington Customer Service Center, 901 M Street, Washington, D.C. 20374-5014. Proposals may alternately be faxed to the attention of Sherry Carner at (703) 697-9219, however, the Government will not be responsible for late proposals due to mechanical failures of the fax machine or busy phone lines. A fax proposal will be counted timely if the fax machine began receiving it prior to the deadline. For questions regarding this specific acquisition contact Ms. Sherry Carner on (703) 697-3186. Offerors must acquaint themselves with the NEW regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this synopsis/solicitation. (0127)

Loren Data Corp. http://www.ld.com (SYN# 0225 19980511\34-0001.SOL)


34 - Metalworking Machinery Index Page