|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,1996 PSA#1670Supply Directorate, Contracting Department, Supply MCAS, PSC Box 8018,
Cherry Point, NC 28533-0018 95 -- TITANIUM SHEETS, ALUMINUM PLATE Sol N00146-96-R-0053. Contact
Point, Susan Rice, Contract Specialist (SUL1H) 919-466-2007, (FAX
919-466-3571), Procurement Assts., Linda Marcum 919-466-2845, Anna
O'Brien, 919-466-2845, or The Contracting Officer, Paula Robinsons
919-466-2846. 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. This
solicitation number is N00146-96-R-0053 and is being issued as a
Request for Proposals (RFP). The solicitation document and incorporated
provisions, and clauses are in effect through Federal Acquisition
Circular No. 37 and Defense Acquisition Circular 91-9. This procurement
is unrestricted and is not set aside for Small Business. The associated
standard industrial classification (SIC) codes are 3353 & 3356. The
small business size standards are 750 for both. This requirement is for
a firm fixed priced type contract for the two line items as follows:
CLIN 0001 Titanium Sheet(s) MILT9046, TY 3, COMP C 6AL4V Size .050 X
48'' X 48'', qty 80 each. CLIN 0002 Aluminum Plate, Size 1 1/2'' thk X
48'' X 48''; QQ-A-250/12 7075T73; qty 50 ea. These items are
immediately required by, and shall be delivered to: NADEP Receiving
Officer, Cunningham St., Bldg. 159, Bay Door ``R4''. MCAS, Cherry
Point, NC and are for use on the CH53 helicopter. Items are to be
proposed FOB destination. Inspection and acceptance shall be made at
destination by the Government. The provision at 52.212-1, INSTRUCTIONS
TO OFFERORS - ``COMMERCIAL ITEMS'' applies to this acquisition and is
incorporated by reference. The FAR Provision 52.212-2, EVALUATION -
COMMERCIAL ITEMS (Oct 1995) applies to this acquisition and is
incorporated by reference. Evaluation factors (in order of precedence)
are: An award will be made to that responsible offeror submitting a
technically acceptable proposal offering the SHORTEST DELIVERY SCHEDULE
AND THE LOWEST EVALUATED PRICE DELIVERY MAY BE THE DECIDING FACTOR
AMONG TECHNICALLY ACCEPTABLE PROPOSALS AS THESE ITEMS ARE ``FLIGHT
CRITICAL''. Technical acceptability will be determined solely on the
content and merit of the information submitted in response to this
provision. Therefore, it is the responsibility of the offeror to
provide sufficient technical information to enable the Government to
make an adequate technical assessment of the offeror's proposal. It is
imperative that the offeror shall provide sufficient written data (a
copy of the current price list, and/or any other supporting information
verifying the price offered). The offeror shall also provide a list of
business references (including the name of a contact and telephone
numbers) in order for the Contracting Officer to make a responsibility
determination in accordance with subpart 9.1 of the FAR. References
shall include a list of other Government contract numbers, if
available. Incomplete material that does not clearly demonstrate full
compliance with the evaluation factors may result in an offer being
determined unacceptable and being removed from consideration for
contract award. A written notice of award or acceptance of an offer,
mailed or otherwise furnished to the successful offeror within the time
for acceptance in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. Each offer shall include
a completed copy of the FAR provision at 52.212-3 OFFER REPRESENTATIONS
AND CERTIFICATIONS - COMMERCIAL ITEMS (MAR 1995) with its proposal. The
FAR clause at 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS
(OCT 1995) applies to this acquisition and is incorporated by
reference. The FAR clause at 52.212-5 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDER - COMMERCIAL ITEMS
(JAN 1996) applies to this acquisition and is incorporated be
reference, however, for paragraph (b) under this clause only the
following additional FAR clauses apply to this acquisition and are
incorporated by reference to implement provisions of law or executive
order applicable to acquisitions of commercial items or components:
52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT WITH
ALTI (41 U.S.C. 253 g and 10 U.S.C. 2402) (OCT 1995); 52.203-10, PRICE
OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (41 U.S.C. 423)
(SEP 1990); 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS AND SMALL
DISADVANTAGED BUSINESS CONCERNS (15 U.S.C. 637 (d)(2) and (3) (OCT
1995); 52.222-26, EQUAL OPPORTUNITY (E.O. 11246) (APR 1984); 52.222-35,
AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS (38
U.S.C. 5212) (APR 1984); 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED
WORKERS (10 U.S.C. 793) (APR 1984); 52.222-37 EMPLOYMENT REPORTS ON
SPECIAL DISABLED VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212) (JAN
1988) Additionally each offeror shall include a completed copy of the
Defense FAR Supplement (DFARS) provision at 252.212-7000, OFFERORS
REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995); The
DFARS clause at 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE
ACQUISITIONS OF COMMERCIAL ITEMS (NOV 1995) applies to this acquisition
and is incorporated by reference, however, for paragraph (b) under this
clause, only the following additional DFARS clause apply to this
acquisition and are incorporated by reference to implement provisions
of law or Executive Orders applicable to acquisition of commercial
items or components; 252.225-7001, BUY AMERICAN ACT AND BALANCE OF
PAYMENT PROGRAM (41 U.S.C. 10 E.O. 10582) (JAN 1994); 252.225-7012,
PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (NOV 1995); 252.225-7014,
PREFERENCE FOR DOMESTIC SPECIALTY METALS (10 U.S.C. 2241 note) (NOV
1995); The contractor shall extend to the Government full coverage of
any standard commercial warranty normally offered in a similar
commercial sale to ALL CLINs. Acceptance of the warranty does not waive
the Government's right with regard to the other terms and conditions of
the contract. In the event of a conflict, the terms and conditions of
the contract shall take precedence over the warranty. The warranty
period shall begin upon final acceptance of ALL CLINs; Any contract
awarded as a result of this solicitation will be a DO rated order. All
responsible sources may submit a proposal which will be considered by
the agency. Offers are due Sep. 19, 1996, at 3:00 P.M. Eastern
Daylight Time to Supply Directorate, Contracting Dept., Bldg. 159,
Cunningham Street, PSC Box 8018, MCAS, Cherry PT, NC 28533-0018. (239) Loren Data Corp. http://www.ld.com (SYN# 0420 19960829\95-0001.SOL)
95 - Metal Bars, Sheets and Shapes Index Page
|
|