|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1998 PSA#2137Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 49 -- EMISSION TEST EQUIPMENT SOL 98Q605V DUE 072498 POC Contracting
Officer, Barbara Barrett, 760-725-4205 E-MAIL: Barbara Barrett,
Contracting Officer, barrettb@pendleton.usmc.mil. 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; request for quotation being requested and a
separate written solicitation will not be issued. Solicitation number
M933288155605V 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 97-05 and DAC 91-13.
This is an unrestricted procurement. The Standard industrial code is
7549 and the business size is $5.0 dollars. The agency need is for CA
BAR 97 ASM 3 Inground Dynamometer (Smog Machine Station) or equal .
This requirement is for a fixed priced contract for two (2) each. All
items must be compatible with end item / equipment being purchased.
Item 0001: Quantity 2 each. Item Description: CA BAR 97 ASM 3 Inground
Dynamometer (Smog Machine Station)or equal. To include the following
items as follows. S54310 SPX Emissions Analyzer with the Horiba 5 Gas
Bench, S46302 Clayton ASM Hi-Performance, 250 HP., S46212A Cooling Fan,
Bar Code Reader, 2 ea. Lateral Restraints, 2 ea. Strap Restraints,
Stant Gas Cap Tester, Wheel Chocks. Item 0002: Quantity 2 each. Item
Description: Digital Storage Ocilliscope Option 1: 43-270 Bear Digital
Storage Ocilliscope (which will interface directly with the BAR 97 ASM
Platform), DIS leads and software. Item 0003: Quantity 2 each. Item
Description: Digital Storage Ocilliscope Option 2: Master Tech (each
Master Tech Option to include the following) GM F/C Powertrain 3yr
Subscription, GM Chassis 3yr Subscription, GM Chassis DLC Adapter, GM
16/12 pin, Pre OBD II DLC Adapter, GM Body 3yr Subscription, GM SPS Kit
(Complete). Item 0004: Quantity 2 each. Item Description: Turn Key
Installation Option-includes the required air and electrical runs from
building source to Dyno Electrical Control Box. Item 0005: Quantity 2
each. Item Description: System Commissioning. Item 0006: Quantity 2
each. Item Description: Dynamometer installation (to include the
following) Pit-Concrete saw cut and excavation. Concrete-Rebar cage,
forming, pouring and finishing; Vent and conduit pipes. Dyno-Rigging
dyno in pit. Item 0007: Quantity 1 each. Item Description: Freight and
Delivery Charges Item 0008: Quantity 1 each. Item Description:
Training for 20 individuals for the use of the work station Delivery
and Installation of all items is required 60 days after award of
contract; to be delivered to: AC/S, Logistics Fiscal Section, Base
Motor Transport Department Bldg 22151, MCB, Camp Pendleton, CA 92055.
Mark for Supply Officer, Base Motor Transport. Acceptance shall be made
at destination. The provision at FAR 52.212.1, Instructions to
Offerors-Commercial Items (Apr 1998) applies to this acquisition.
Offerors are required to complete and include a copy of the following
provisions FAR 52.212-3, Offer Representation and
Certifications-Commerical Items (Jan 1997) with their proposals. The
FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items,
applies to this acquisition. FAR Clause FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (Apr 1998) applies with the following applicable
clauses from paragraph (b). FAR 52.203-6 Restrictions on Subcontractor
Sales to the Government-Alternate I, FAR 52.222-26, Equal Opportunity.
FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of
the Vietnam ERA. 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. FAR 52.225-3 Buy American
Act-Supplies. FAR 52.225-21 Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments program. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applieswith the following clauses applicable for
paragraph (b). DFARS 252.225.7001 Buy American Act and Balance of
Payment Program. DFARS 252.225.7036 North American Free Trade Agreement
Implementation Act. Any Contract awarded as a result of this
solicitation will be an order certified for national defense use 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 an price-related
factors. Provision 52.212-2, Evaluation-Commerical Items, applies with
paragraph (a) completed as follows, the following factors shall be used
to evaluate offers. (1) Equipment's capability to meet Government needs
to include 100% Compatibility. (2) Price. To be determined technically
acceptable, the offeror must furnish product literature that
demonstrates the products offered meets all requirements stated in the
above purchase descriptions for Line Items 0001 through 0008. Mailed,
or faxed copyoffers must be received no later than 4:00 PM PST, on 24
July 1998. Quotation sent via the US Postal Service should be mailed
to the Contract and Purchasing Office, PO Box 1609, Oceanside, CA
92051-1609, Attn: Barbara Barrett. If quotation is to be sent via
Federal Express, Address to read Contracting Office, Bldg 22180, Camp
Pendleton CA 92055 Attn: Barbara Barrett . Posted 07/13/98
(W-SN222244). (0194) Loren Data Corp. http://www.ld.com (SYN# 0312 19980715\49-0002.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|