Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29, 2001 PSA #2883
SOLICITATIONS

65 -- SAFETY GLASSES

Notice Date
June 27, 2001
Contracting Office
Naval Research Laboratory, Code 3220, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326
ZIP Code
20375-5326
Solicitation Number
N00173-01-R-MS06
Response Due
July 30, 2001
Point of Contact
Mary Sandy, Contract Specialist, Code 3220.MS (202) 767-3710; F.Janilea Bays, Contracting Officer, (202) 767-3710
E-Mail Address
Click here to contact the Contracting Officer via (sandy@contracts.nrl.navy.mil)
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number N00173-01-R-MS06 is issued as a request for proposal (RFP). The solicitation, document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFARS Change Notice 20001213. The proposed contract is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 339115 with a small business size standard of 500 employees. Contract line item number (CLIN) 0001 is for prescription safety glasses. The safety glasses must comply with ANSI Z-87.1-1989 Safety Standards. The frames must be a choice of TITMIS, TM6, TM6U, or PC205. Description of Requirements and quantity of each is posted at the following web site address http://heron.nrl.navy.mil/contracts/rfplist.htm, as Attachment 1. The effective period of performance for which orders may be placed shall be from October 1, 2001 through September 30, 2006. The contractor shall deliver the safety glasses, all transportation charges paid, to destination in accordance with the clause entitled FAR 52.247-34 FOB Destination (NOV 1991). Receiving Officer, Naval Research Laboratory, ATTN: To be determined (TBD), CODE: TBD, LOCATION: Bldg. 49, 4555 Overlook Avenue, SW, Washington DC 20375-5320. The provision at 52.212-1, Instructions to Offerors -- Commercial (NOV 1999), applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the Supplies that have been determined to comply with the requirements of this combined synopsis/solicitation. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 1999), with its offer and 252.212-7000 (NOV 1995), Offeror Representations and Certifications -- Commercial Items that can be found at http://heron.nrl.navy.mil/contracts/reps&certscomm.pdf. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999), applies to this acquisition. Addenda to clause 52.212-4 to include the following clauses: 52.203-8, Cancellation, Rescission, Recovery of Funds for Illegal or Improper Activity (FAN 1997), 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), 52.216-18 Ordering (OCT 1995) Fill in (a) October 1, 2001 through September 30, 2006, 52.216-19 Order Limitations (OCT 1995) Fill in (a) $10,000, (b)(1)$100,000 (b)(2) $100,000, (b)(3) seven days, (d) ten days, and 52.216-22 Indefinite Quantity (OCT 1995) Fill in (d) 60 days after contract completion apply to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (FEB 2001), applies to this acquisition. The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C.253g and 10 U.S.C.2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns (15 U.S.C.637 (d)(2) and (3)); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O.11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program (41 U.S.C. 10a -- 10d, 19 U.S.C.3301 note, 19 U.S.C. 2212 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); and 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEC 2000), applies to this acquisition. The Contractor agrees to comply with the DFAR clauses in this paragraph (a) which the contracting officer has indicated below as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10 a-10d, E.O. 10582); 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment (10 U.S.C. 2410); 252.247-7023, Transportation of Supplies by Sea (10 U.S.C. 2631); and 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C. 2631). The clause at 252.204-7004, Required Central Contractor Registration (MAR 1998) applies to this acquisition. The following provisions apply to this combined synopsis/solicitation: (1) Minimum and Maxium Quantities: As contemplated by the contract clause entitled, "Indefinite Quantity", the minimum quantity that will be ordered by the Government during the effective period of the contract is for supplies with a total cost to the Government of at least $10,000.00. The maximum quantity the Government may order during the effective period of the contract is $100,000.00 for supplies with a total cost to the Government not exceeding $175,000.00. The minimum and maximum quantities may consist of any combination of the items contained in the description of requirements. (2) The following procedure shall be followed when placing delivery orders under this contract: (a) Only properly appointed Contracting Officers employed at the Naval Research Laboratory (NRL) shall issue delivery orders under this contract. (b) A Standard Form 1449 will be issued for each delivery order. The SF Form 1449, "Solicitation/Contract/Order for Commercial Items", shall constitute the instrument for the placement of requirements under this contract. c) Delivery orders issued shall include, but not be limited to, the following information: (1) Date of Order; (2) Contract Number and Delivery Order Number; (3) Accounting and Appropriation Data; (4) Description of the Item(s) to be delivered; (5) Place of Delivery; (6) The Inspecting and Accepting Codes; (7) Period of Performance; (d) The ceiling amount for each delivery order will be the ceiling price stated therein and may not be exceeded except when authorized by a modification to the delivery order. The applicable Defense Priorities and Allocations System (DPAS) rating is DO-C9. Offers are due by: July 30, 2001, 4:00 p.m. EST at the Naval Research Laboratory, 4555 Overlook, Ave. S.W., Washington, DC, 20375-5326, Building: 222, Room: 115. For information regarding the solicitation, contact Ms. Mary Sandy at telephone number 202-767-3710 or sandy@contracts.nrl.navy.mil. See Note 1.
Web Link
Click here to download a copy of the Description of (http://heron.nrl.navy.mil/contracts/rfplist.htm)
Record
Loren Data Corp. 20010629/65SOL004.HTM (W-178 SN50Q2I4)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |
Created on June 27, 2001 by Loren Data Corp. -- info@ld.com