|
COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 45 -- SANITATION EQUIPMENT -- MOBILE VACUUM LITTER COLLECTION SYSTEM
SOL N00244-98-Q-0337 DUE 072898 POC Bid Officer, 619-532-2692,
Contracting Officer, Ralph Franchi, 619-532-2568, fax: 619-532-2347,
e-mail: ralph_a._franchi@fmso.navy.mil WEB: .,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracting Officer via, ralph_a._franchi@fmso.navy.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with format in the FAR Part 12.6 as supplemented with
additional information included in this notice. IMPORTANT NOTICE: DFARS
252.204-7004 "Required Central Contract Registration" applies to all
solicitations issued on/after 6-1-98. Lack of registration in the CCR
database will make an offeror/quoter ineligible for award of a
contract/purchase order. Please ensure compliance with this regulation
when submitting your quote. Call 888-227-2423/800-841-4431 or utilize
Internet at http://ccr.edi.disa.mil for more information. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. Solicitation
number: N00244-98-Q-0337. This solicitation is being issued as a RFQ
(Request for Quote). This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-05
and Defense Acquisition Circular 91-13.This solicitation is issued on
a unrestricted basis. The Standard Industrialization Classification
Code is 3589 and the business size standard is 500 employees. FISC-San
Diego is announcing a requirement for the following material: Item
0001: Mobile Vacuum Litter Collection System, (1) Each, Standard
specifications: Wheel-mounted, diesel engine driven, enclosed cab,
fully robotic arm, joy stick controlled, 180 degree arm pivot covering
17 foot wide path, front and center cab configuration, integrated
control panel, high comfort adjustable suspension seat, straight
through suction system, heavy duty hydropneumatic suspension on all
four wheels, power steering, self compacting system for condensing
garbage, no less than 1.3 cubic yards of fully useable capacity, high
dump, variable from ground level to 6 feet for easy disposal into
standard containers, easy access to engine compartment on both sides,
no less than 35 horsepower diesel engine, hydrostatic drive, fully
hydraulic machine operation, two rotating halogen beacons, backup
alarm, standard white paint, on-site training at CBC, Gulfport, MS.,
Optional Specifications: (1) Each: 36 inch vacuum head assembly, (1)
Each: Hand held 25 foot extension, (1) Each: 90 degree elbow, (1) Each:
Air conditioning unit, (1) Each: Heater Unit, (4) Sets of operation and
maintenance manuals; Required delivery date for this system is 9-30-98.
Standard commercial packaging is acceptable for the material in this
requirement. Delivery of all material will be made to: Naval
Construction Battalion Center, Gulfport, Mississipi 39501. Qualified
vendors are requested to submit the following information in order to
have your response be considered complete:(1) Firm Fixed Pricing, To
include: Unit price, and shipping costs (2) Payment terms, Cage code,
Duns/Bradstreet#, Taxpayers ID#, (3) Complete technical specifications:
To include: model number, manufacturer, equipment specifications,
illustrations, etc, (5) FAR Clause 52.212-3 must be filled out and
returned with your quote. The equipment offered shall be in accordance
with the requirements of the specifications and shall be the standard
product of the contractor and shall have been marketed and in the
commercial field use for at least one year prior to the date of this
announcement. Contractor is to provide standard commercial warranty
information when submitting the bid information. THE FOLLOWING
PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO
THE SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING
OFFICER IN FULL TEXT UPON REQUEST. NOTE: THE FULL TEXT OF THE
PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET
USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov FAR 52.212-1,
Instructions to Offerors Commercial Items, Addendum to 52.212-1 hereby
applies: 52.212-5 Facsimile Proposals. 52.212-2 Evaluation of
Commercial Items; (a) The Government will award a contract resulting
from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and technical aspects considered. Offerors are
required to complete and include a copy of the following provision with
their proposals: FAR 52.212-3, Offerors Representation and
certifications Commercial Items. FAR 52.212-4, Contract Terms and
Conditions Commercial Items, Addendum to FAR 52.212-4 hereby applies:
5252.246-9401 Standard Commercial Warranty-Oct 1995 NavSup; (Note:
Standard commercial warranty clauses must be filled out and returned
with proposal); 52.247-34 FOB Destination. FAR 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): 52.219-14 Limitations on Subcontracting, 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, 252.225-7001 Buy
American Act-Supplies; 52.225-18 European Community Sanctions for End
Products, DFARS 252.212-7001 Contract terms and conditions required to
implement statutes or executive orders applicable to defense
acquisitions of commercial items Mar 1998; 252.225-7001 Buy American
and Balance of Payment Program; DFARS 252.225-7001, Contract Terms and
Conditions Required to implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses and applicable for (b): DFARS 252.225-7012
Preference for Certain Domestic Commodities, 252.247-7024 Notification
of Transportation of Supplies by Sea, 252.210-7000 Brand Name or
Equal; DFARS 252.204-7004 Required Central Contract Registration.
Contractors submitting a bid for this requirement are required to
obtain the above listed clause and provision information. All Clauses
and Provisions must be reviewed. Clause The Contracting Officer will
provide assistance if necessary. NOTE: If there any questions regarding
technical issues or contractual type, it is suggested that you compile
a list and fax or e-mail the list to the Contracting Officer. The
government intends to make a single award of a Firm Fixed Price
contract to the most responsible offeror whose bid provides the best
technical and cost value to the government. Quotes must be received no
later than 3:00 p.m. (PST) on 7/28/98. Offers from responsible
contractors may be FAXED to: Fleet and Industrial Supply Center,
Regional Contracts Dept., Code 2611, Attn.: Ralph Franchi, San Diego,
CA 92132. Fax no.: 619-532-2347. Requests for information regarding
this solicitation may be addressed to Contracting Officer. Inquiries
may also be addressed via e-mail to: ralph_a._franchi@fmso.navy.mil Do
not mail in your quotations. Reference solicitation number:
N00244-98-Q-0337 on all documents and requests for information. This
solicitation is issued as unrestricted. Posted 07/09/98. (0190) Loren Data Corp. http://www.ld.com (SYN# 0332 19980713\45-0001.SOL)
45 - Plumbing, Heating and Sanitation Equipment Index Page
|
|