Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1996 PSA#1543

FISC Norfolk Detachment Washington, 901 M St., S.E., Bldg. 200, 4th Fl., Washington, DC 20374-5014

35 -- WATER FOUNTAIN/COOLERS & CHILLERS (COMMERCIAL ITEMS) SOL N00600-96-R-0724 DUE 032596 POC Chris H. Beck, Contract Specialist (202) 433-7143 or Karen Place, Contracting Officer (202) 433-3672. (i.)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii.)This SOLICITATION NUMBER N00600-96-R-0724 is issued as a request for proposal (RFP). (iii.)The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR #36. (iv.)FAR 52.219-6, Notice of Total Small Business Set-Aside is hereby incorporated by reference. The standard industrial classification code is 3585 and the small business size standard is 750 employees. (v.)A list of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 0001: Fountain, Water Cooler, 8 gph (Quantity 15). CLIN 0002: Grab Bar, wall to floor w/ socket (Quantity 4).CLIN 0003: Fountain, Water Cooler, 13 gph (Quantity 4).CLIN 0004: Chiller, for 8 gph water cooler (Quantity 8).CLIN 0005: Fountain, Water Cooler, 7.8 gph (Quantity 53). (vi.)DESCRIPTION OF REQUIREMENTS: The Fleet Industrial Supply Center Detachment Washington intends to procure water fountain/coolers and chillers for use at the National Naval Medical Center, Bethesda. This requirement is only for the supplies and quantities listed above and the installation will be provided by the government. The supplies provided must meet the following minimum salient characteristics:CLIN 0001: Fountain, water cooler, 115 volt, wall mount style, supplies Fifty (50) degree (F) drinking water @ ninety (90) degree (F) ambient air temperature @ a rate of eight (8) gallons per hour (gph), 1/5 HP compressor. Certified lead free water passages. Operates with electric eye barrier free model to meet ADA requirements. Bi-level bowl shaped design, all stainless steel surfaces. Quantity fifteen (15). CLIN 0002: Grab Bar, wall to floor with socket, stainless steel, 18 gauge, concealed mounting with snap-flange. 1-1/2'' diameter tubing, satin finish. 16' top section x 33' high.CLIN 0003: Fountain, water cooler, 115 volt, free standing, supplies Fifty (50) degree (F) drinking water @ ninety (90) degree (F) ambient air temperature @ a rate of thirteen (13) gph, 1/5 HP compressor. Certified lead free water passages. Stainless steel top, welded, heavy gauge steel frame, standard cabinet finish--Sandstone. Quantity four (4).CLIN 0004: Chiller, for water cooler, remote chiller 115 volt supplies Fifty (50) degree (F) drinking water @ ninety (90) degree (F) ambient air temperature @ a rate of eight (8) gph, 1/5 HP compressor. Certified lead free water passages heavy gauge steel frame, high efficiency tank and coil; Quantity eight (8).CLIN 0005: Fountain, Water Cooler, 115 volt, wall mount style, supplies Fifty (50) degree (F) drinking water @ ninety (90) degree (F) ambient air temperature @ a rate of seven-point-eight (7.8) gallons per hour (gph), 1/5 HP compressor. Certified lead free water passages. Stainless steel top, welded, heavy gauge steel frame, standard cabinet finish--Sandstone. Barrier free model split level supplied with glass filler with push down handle on upper unit independent of electric eyes. Both upper and lower units have separate solenoids to operate water flow. Quantity 53. (vii.) DELIVERY is to be made FOB Destination to: Naval Surface Warfare Center, Attn: Receiving Officer, 10901 New Hampshire Ave., Bldg. 150, Silver Spring, MD 20903 by 21 days after effective date of contract. Acceptance shall be made at destination. (viii.)FAR 52.212-1, Instructions to Offerors--Commercial, is incorporated by reference and applies to this acquisition (ix.)FAR 52.212-2, Evaluation--Commercial Items, is incorporated by reference and applies to this acquisition. ADDENDUM. 52.212-2, Para. (a) The following factors shall be used to evaluate offers: technical capability and price. Technical capability is approximately equal to price. (x.)Offerors SHALL include a COMPLETED copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS, with its proposal. (xi.)FAR 52.212-4, ''Contract Terms and Conditions--Commercial Items '' is incorporated by reference and applies to this acquisition and resulting contract. The following terms and conditions are added as an addendum to this clause:Type of contract: The resulting contract will be firm fixed price.FAR 52.232-18 Electronic Funds Transfer Payment (Apr 1984).FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, (Oct. 1995) is incorporated in this contract by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I. FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423).FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3));FAR 52.219-14, Limitation on Subcontracting.FAR 52.222-26, Equal Opportunity (E.O. 11246).FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212).FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793).FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)FAR 52.225-3, Buy American Act--Supplies (41 U.S.C. 10).FAR 52.225-18, European Community Sanctions for End Products (E.O. 12849).(xiii.) ADDITIONAL CONTRACT REQUIREMENTS: STANDARD COMMERCIAL WARRANTY, SUP 5252.246-9401 (JAN 1992) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the ''Inspection'' clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The Contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty shall cover a period of months (Offeror to insert time-frame). (xiv.) DPAS rating is N/A.(xv.) CBD Numbered Note #1 applies to this procurement.(xvi.) Three technical and two cost proposals are due Monday, March 25, 1996 at 2:00 Eastern Time at the FISC Norfolk, Detachment Washington Customer Service Center, 901 M Street SE, Washington Navy Yard, Bldg. 200, 4th Floor, Washington, DC 20374-5014. Offerors MUST acquaint themselves with the NEW regulations concerning Commercial Item acquisitions contained at FAR subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this synopsis/solicitation. For questions regarding this specific acquisition contact Mr. Chris H. Beck (202) 433-7143 (e-mail ''Chris_Beck_at_nrcc-dc@mchfmccm.navy.mil'') or Karen Place, Contracting Officer, at (202) 433-3672. (0060)

Loren Data Corp. http://www.ld.com (SYN# 0273 19960301\35-0002.SOL)


35 - Service and Trade Equipment Index Page