Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 12,1999 PSA#2385

U.S. Property & Fiscal Office For Kansas, 2737 S Kansas Ave, Attn: Contracting, Topeka, KS 66611-1170

N -- INSTALLATION OF A FIVE-AXIS MILLING MACHINE SOL DAHA14 99 R 4009 DUE 072199 POC Technical Questions: Major Tim Senecaut, (785)274-1144; Contracting Officer, Mr. Tom Coleman, (785) 274-1211 E-MAIL: click here to contact the contracting officer via, tcoleman@ks-arng.ngb.army.mil. This is a combined synopsis/solicitation for Equipment Installation Services prepared IAW FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation DAHA14 99 R 4009 is issued as an RFP. This is a solicitation document and incorporates provisions are those in effect through Federal Acquisition Circular 97-11. SIC code is 7389. This requirement is for the Kansas Army National Guard, Fort Riley, Kansas. The Kansas Army National Guard requires services to install a government furnished "Traveling Column Moduline 7260" Five-Axis Mill Machine manufactured by Kearny & Trecker. Installation kit required to install the milling machine will be furnished by the government. The contractor shall be responsible to provide all labor, material, and equipment to install the milling machine at Building 741, Fort Riley, Kansas. After completion of the installation the contractor shall verify proper function of the machine and "prove out" period shall consist of production of one job. Contractor must have prior experience in installation of this type of equipment. Contractor must provide proof of successful past performance with their cost proposal. The installation shall be warranted against defects in installation workmanship for a period of one year from date of "prove out". A written warranty must be provided upon completion of the work. Installation manuals are not available for distribution to potential contractors. Award shall be lowest price technical acceptable proposal. The provision at FAR 52.212-3, Offeror Representations and Certifications(Oct 1995) applies to this acquisition. A completed-signed copy of this provision shall be submitted with any proposal. The clause at FAR 52.212-4, Contract Terms and Conditions (Apr 1998). The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-CommercialItems (Jun 1998 applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, as Amended; 52.222.36; Affirmative Action for Workers with Disabilities; 252.222-37, Employment Reports on Disabled Veterans; 52.225-3, Buy American Act-Supplies. The clause 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 1996) applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Nov 1995), is applicable to this acquisition. Offers are due by 2 p.m., 21 July 1999 by e-mail, fax or mail. Mail to the Contracting Officer, USPFO for Kansas, 2737 S. Kansas Ave., Topeka, KS 66611-1170 or fax to (785) 274-1642 Attn.: Mr. Tom Coleman; or e-mail to: tcoleman@ks-arng.ngb.army.mil. Simplified Acquisition Procedures will be utilized. This is a 100% small business set-aside. Posted 07/08/99 (W-SN351926). (0189)

Loren Data Corp. http://www.ld.com (SYN# 0061 19990712\N-0001.SOL)


N - Installation of Equipment Index Page