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