|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 61 -- PULSE GENERATORS SOL N00244-00-T-0941 DUE 060500 POC Joan Balazs
-- FAX 619-532-2347 -- Phone 619-532-2892 -- e-mail
joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information
regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This
is a combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-00-T-0941. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-14.
This solicitation is issued on an unrestricted basis. FISC San Diego
has a requirement for the following: CLIN 0001 -- nine (9) each 1504
Pulse Generators, with option 01-GON IEEE interface and the functions
of Special Option S1246. The generators are required to support the US
Navy CATIIID Test Station. CLIN 0002 Repair nine (9) each Non-FRI GFM
Type D Output Boards, P/N 401-29660 which are to be incorporated in
the above mentioned 1504 pulse generators. CLIN 0003 Maintenance
Manuals for the 1504 PGEN with option S1246. CLIN 0004 Repair two (2)
FM Non-RFI power Supply Regulator Boards, P/N 29639 which shall be used
to complete the production of 2 incomplete 1504 PGENs. Justification
for other than full and open competition is FAR 6.302-1, Only one
source or only a limited number of responsible sources. This proposed
contract action is for supplies for which the Government does not have
specifications and drawings to permit full and open competition. The
Government intends to negotiate with Wavetek/Datron, only unless other
manufactures can be found. Required delivery is to NADEP North Island,
San Diego, CA. Acceptance shall be at destination. The following
provision apply FAR 52.212-1, Instructions to Offerors Commercial
Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide
an express warranty which at a minimum shall be the same warranty
terms, including offers of extended warranties, offered to the general
public. Express warranties shall be included in the contract. Offerors
are required complete and include a copy of the following provisions
with their proposals: FAR 52.212-3, Offeror Representation and
certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and
Conditions Commercial Items, applies as well as the following addendum
clauses; FAR 52.211-5, New Material,. The clause at 52.212-5 Contract
Terms and Conditions Required To Implement Statues or Executive Orders
Commercial Item applies with the following applicable clauses for
paragraph (b): 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, DFAR 252.204-7004 Required Central Contractor
Registration, applies to all solicitations issued on or after 6/1/98.
Lack of registration in the CCR database will make an offeror/quoter
ineligible for award. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b) DFAR
252.225-7001 Buy American Act and Balance of Payment Program, and DFAR
252.225-7012 Preference for Certain Domestic Commodities. DFAR
252.225-7000 Buy American Act Balance of Payments Program Certificate.
FAR52.207-4 Economic Purchase Quantity of Supplies. The Government
intends to make a single award to the responsible Offeror whose offer
is the most advantageous to the Government considering price and price
related factors. Provision 52.212-2 Evaluation Commercial Items
applies with paragraph (a) completed as follows: Award will be made to
the Offeror that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. To be determined
technically acceptable the Offeror must furnish product literature that
demonstrates the products offered meet all requirements stated in the
above purchase descriptions for Line Items 001 -0004. As a minimum
quotations shall provide the following information: 1. FOB point if
other than destination. 2. Quotation is firm for 90 days unless
otherwise stated. 3. Furnish vendors part number(s) 4. Point(s) of
shipment, performance, preservation, packaging and marking. 5.
Remittance address. All responsible Offerors are to submit current
pricing, delivery time, payment terms, cage code, Dunn and Bradstreet
number, Tax Identification Number and all applicable specifications
regarding this solicitation. Also required are copies of applicable
commercially published price lists pertaining to your company's
products that meet the specifications. Quotes must be received no later
that 3:00 p.m. PST, 5 June 2000 and will be accepted via FAX
(619-532-2347) Attn: Joan Balazs Clause information can be downloaded
from the internet from the following addresses;
http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 05/18/00
(W-SN456431). (0139) Loren Data Corp. http://www.ld.com (SYN# 0174 20000522\61-0004.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|