Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 6, 2001 PSA #2887
SOLICITATIONS

71 -- CART -- CHECK TRUCKS

Notice Date
July 3, 2001
Contracting Office
Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227
ZIP Code
20227
Solicitation Number
FHQ01Q00095
Response Due
July 26, 2001
Point of Contact
Evelyn Daval, Contract Specialist, Phone (202)874-6979, Fax (202)874-7275, Email evelyn.daval@fms.treas.gov -- Cathy Riddick, Manager, Policy and Planning Branch, Phone (202) 874-6575, Fax (202) 874-7275, Email cathy.riddick@fms.treas.gov
Description
This notice is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP) as Request for Quotation No., (RFQ) FHQ01Q00095. CHECK TRUCKS- Dimensions are in inches by length, width, and height: 28"L x 20-1/2"W x39-1/2"H. Truck material shall be 20 gauge steel; four corner post; painted black with baked on enamel finish; load capacity minimum 250 lbs.; four wheel, 2 front stationary and 2 rear swivel; casters are 5-inches in diameter rubber of non-skid/scuff material. Check truck weight ranges from 60 lbs. to 80 lbs. Check trucks shall have 6 shelves, inclusive of the top shelf, with a 6-1/2 inch clearance from shelf to shelf; check truck shelf dimensions are 28 inches long x 2001/2 inches wide; 4 angle bars with a dimension of 2 inches long x 1 inch wide x 34 inches height; check truck shall have one handle on the end of the truck where swivel wheels are located. Quantity: 200. Delivery shall be 60 days after receipt of order; place of delivery and acceptance in Philadelphia Financial Center, Attn: Warehouse-RFB, 13000 Townsend Road, Philadelphia, PA 19154; FOB Destination. The anticipated period of performance is July 27, 2001 through September 30, 2001. Check trucks are used to transport check trays throughout the facility at Philadelphia. A check truck will be available for inspection at the Philadelphia facility from July 2-13, 2001, by appointment only. For admission into the facility, contact Harry Mattes on (215) 516-8107. This procurement is a total small business set-aside. The North American Industry Classification, (NAIC) code and the small business size standard for this procurement are 333924 and 750 employees, respectively. The size status for this procurement shall be identified in the quote. All qualified business sources may submit a quote, which shall be considered by the Agency. Solicitation provisions at FAR 52.212-1, Instructions to offeros-Commercial items (Nov 1999) are hereby incorporated by reference. The Government will evaluate quotes in response to the synopsis/solicitation on the basis of conformance to the specification, delivery schedule, warranty, and price. All evaluation criteria are equal in importance. Award will be on the basis of technically acceptable low price quote. It is critical that quotes provide adequate detail to allow evaluation (see FAR 52.212-1(g). Include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2000), with the quote. Clause 52.212-4, Contract Terms and Conditions-Commercial items (May 1999), 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2001), (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (b)(1) (1) 52.222-3, Convict Labor (E.O. 11755), (2) 52.233-3, Protest after Award (31 U.S.C. 3553). (b) The Contractor shall comply the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). (2) 52.219-19, Small Business Concern Representation for the Small Business Competitiveness Demonstration Program. (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (4) 52.222-26, Equal Opportunity (E.O. 11246). (5) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (6) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (7) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (8) 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. 2112 note). (9) 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (31 U.S.C. 3332). Full text clauses and provisions can be downloaded from Internet site http://www.arnet.gov. Quotes for the item described above are due by 4:00 PM EST on July 26, 2001 and may be mailed to Evelyn J. Daval at FMS, 401 14th Street, SW, Rm. 450B, Washington, DC 20227. =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/FMS/AMD/FHQ01Q00095/listing.html)
Record
Loren Data Corp. 20010706/71SOL001.HTM (D-184 SN50Q7J7)

71 - Furniture Index  |  Issue Index |
Created on July 4, 2001 by Loren Data Corp. -- info@ld.com