Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190

23 -- FURNISH VEHICLE, UTILITY, WITH SELECTABLE 4WD. SOL F08620-98-T2252 DUE 072998 POC Louise Peterson, Contract specialist, 850-884-3262; Paula Hull, Contracting Officer, 850-884-3262 17. 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 contained in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Quotation (RFQ) F08620-98-T2252. The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 97-04. This requirement is set aside for small business; the standard industrial classification code is 3537 and the small business size standard for dealers is 500 employees. A Non-Manufacturer Waiver from the Small Business Administration applies to this item. This means that a small business may provide the product of a large business manufacturer. Description of Requirement: Furnish Vehicle, Utility, with selectable 4-wheel drive, auto transmission, rack and pinion steering, 4-wheel hydraulic brakes, and tilt cargo bed. Cargo bed size approx 46.3" x 51.6" x 9.8". Vehicle Load Capacity is 1,330 lbs, cargo bed load capacity is 803 lbs. Top speed 25 MPH (governed). Sealed beam headlights. Tail/stoplights. Automatic drivetrain. Overhead valve system. Transistorized ignition. Nineteen amp-hour battery. Equal to Kawasaki Model 2510 (Mule). Include the following dealer-installed options: Pintle Hitch (U105PH); Steel Cab (KAF-120A); Steel Doors (KAF-121); Wipers (KAF-64), and two-year extended warranty (W4WD2). Indicate whether transportation is included in the warranty. Quantity is six (6) each. FOB point is destination. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1, Instructions to Offerors -- Commercial Items; and FAR 52.212-2, Evaluation -- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; and FAR 52.212-5,Contract Terms and Conditions Required to Implement Statutes or Executive Orders. FAR 52.212-3 is completed so that the following clauses under paragraph (b) apply: 6, 7, 8, 9, 13, and 17. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.211-7003, Brand Name or Equal; DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items; and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses under paragraph (b) of 252.212-7001 apply: DFARS 252.225-7001 and DFARS 252.225-7007. FAR 52.212-1 is amended to read: "Submit signed and dated offers in three copies to 16 CONS/LGCY, P. O. Box 9190, 350 Tully Street (Mail Stop #39), Hurlburt Field, FL, 32544. Offers may be submitted on letterhead stationery or an SF1449 and at a minimum must show: (1) The name, address, and telephone number of the offeror; (2) a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (3) terms of any express warranty; (4) price and discount terms; (5) Representations and Certifications at FAR 52.212-3 and DFARS 252.212-7000; (6) past performance information, to include recent and relevant contracts for the same or similar equipment and other references (including contract numbers, points of contacts with telephone numbers and other relevant information); and (7) if the offer is not submitted on SF 1449, include a statement specifying the extent of agreement with all terms and conditions, and provisions included in the solicitation. The proposal must be signed by an official authorized to bind your organization. Offers that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-2, Evaluation -- Commercial Items, is amended to read: "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 other factors considered. The Government anticipates award of a firm-fixed price purchase order. The following factors in descending order shall be used to evaluate offers: (1) technical; (2) delivery; (3) warranty and (4) price. Price is less important to the other factors when combined. Questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to Louise Peterson and addressed to 16 CONS/LGCY at 850-884-5372 to arrive not later than 24 July 1998. Offers due 29 July 1998. See Numbered Note 1. Posted 07/16/98 (W-SN224127). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0301 19980720\23-0001.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page