|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1996 PSA#1734Defense Supply Center, Richmond, 8000 Jefferson Davis Highway,
Richmond, Virginia 23297-5824 62 -- ELECTRIC LIGHT CONTROL SOL SP0441-97-R-0374 DUE 122096 POC For
copies of necessary enclosures to solicitation phone or write DSCR
ATTN: DSCR-JFPB, ATTN: Eva Johnson, Richmond, VA 23297-5312 (804)
279-3508. Buyer: Eva Johnson/BW200 (804) 279-3508 Carolyn
Altizer/Contracting Officer (804) 279-3527. Detail Requirements
Description: (1) This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in FAR 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the solicitation; proposals are being
requested and a written solicitation will not be issued. Solicitation
number is SP0441-97-R-0374 and is a request for proposals. This
solicitation is issued unrestricted to establish an indefinite quantity
contract, IQC, against which delivery orders may be placed for a period
of one year as identified in FAR Clause 52.216-18 of this solicitation.
The Government shall order at least the quantity of supplies designated
as the guaranteed minimum, see FAR clause 52.216-22. In this
procurement, the guaranteed minimum dollar value, total contract basis,
that will be negotiated will be no less than $1,500 for each year the
contract is in effect. The contract shall not exceed a total annual
dollar value of $2,446,654. Award of this contract will be made on an
all or none basis. It is the government's intent to issue direct
delivery orders, DVD, to any location in the continental United States,
CONUS. FAST PAY is applicable to individual orders less than $25,000.
The solicitation contains an option to extend the term of the contract
EPA for an additional three years, refer to 52.216-2, 52.217-9G13.
Solicitation is to result in an indefinite quantity contract utilizing
the Paperless Order Placement System (POPS). Refer to clauses
52.211-9G33, 52.211-9G45, 52.213-1, 52.216-19, -- Any Combination of
orders shall not exceed contractor's maximum 30-day production
capability; the contractor must return unacceptable orders which exceed
maximum limitations in 10 days. 52.232-25. (2) Offerors are required to
submit price proposals for each of the 17 line items identified below.
Offerors must provide information on standard commercial packaging,
quantity unit pack, minimum order quantity, product ordering code,
weight and cube for each of the 17 items listed below. Offerors will be
evaluated based on prices offered for the estimated annual demand
quantity for each line item. (See clause 52-216-9G09). The min/max
order quantities IAW clause 52.216-19 and the estimated annual
quantities are listed in information for each line item. LINE ITEM 001;
NSN 6210-01-380-1906; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE
0MCJ1; P/N CI-100-U; BRACKETS A AND B INCLUDED; U/I: MIN 1 EA./MAX 480
EA; ESTIMATED ANNUAL QUANTITY 6,700. LINE ITEM 0002; NSN
6210-01-432-2228; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1;
P/N CI-100-1-U; U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY
1,200. LINE ITEM 0003; NSN 6210-01-432-2224; CONTROL, ELECTRIC LI; WATT
STOPPER INC; CAGE 0MCJ1; P/N CI-100H-U; U/I: MIN 1 EA./MAX 384 EA;
ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0004; NSN 6210-01-380-2142;
CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1; P/N DT-100L-U;
BRACKETS A AND B INCLUDED; U/I: MIN 1 EA./MAX 297 EA; ESTIMATED ANNUAL
QUANTITY 1,200. LINE ITEM 0005; NSN 6210-01-411-8654; CONTROL, ELECTRIC
LI; WATT STOPPER INC; CAGE 0MCJ1-P/N W-1050A-U; U/I: MIN 1 EA./MAX 243
EA; ESTIMATED ANNUAL QUANTITY 4,100. LINE ITEM 0006; NSN
6210-01-411-8732; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1 --
P/N W-550A-U; U/I: MIN 1 EA./MAX 323 EA; ESTIMATED ANNUAL QUANTITY
3,400. LINE ITEM 0007; NSN 6210-01-432-2219; CONTROL, ELECTRIC LI; WATT
STOPPER INC; CAGE 0MCJ1; P/N WPIR-U; U/I: MIN 2 EA./MAX 570 EA;
ESTIMATED ANNUAL QUANTITY 1,400. LINE ITEM 0008; NSN 6210-01-411-8712;
CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1 -- P/N W-2050H-U;
U/I: MIN 1 EA./MAX 384 EA; ESTIMATED ANNUAL QUANTITY 3,400. LINE ITEM
0009; NSN 6210-01-432-2216; CONTROL, ELECTRIC LI; WATT STOPPER INC;
CAGE 0MCJ1; P/N CI-200-U; U/I: MIN 1 EA./MAX 90 EA; ESTIMATED ANNUAL
QUANTITY 300. LINE ITEM 0010; NSN 6210-01-411-8730; CONTROL, ELECTRIC
LI; WATT STOPPER INC; CAGE 0MCJ1; P/N W2050A-U; U/I: MIN 1 EA./MAX 384
EA; ESTIMATED ANNUAL QUANTITY 1,200. LINE ITEM 0011; NSN
6210-01-380-2402; POWER PACK, CONTROL, ELECTRIC LIGHT; WATT STOPPER
INC; CAGE 0MCJ1; P/N A277E-P-U; U/I: MIN 3 EA./MAX 1,105 EA; ESTIMATED
ANNUAL QUANTITY 19,000. LINE ITEM 0012; NSN 6210-01-382-2476; POWER
PACK, CONTROL; WATT STOPPER INC; CAGE 0MCJ1; P/N A120E-P-U; U/I: MIN 4
EA./MAX 1,786 EA; ESTIMATED ANNUAL QUANTITY 6,000. LINE ITEM 0013; NSN
6210-01-380-2041; CONTROL, ELECTRIC LI; WATT STOPPER INC; CAGE 0MCJ1;
P/N WA-100-U; U/I: MIN 2 EA./MAX 712 EA; ESTIMATED ANNUAL QUANTITY
4,700. LINE ITEM 0014; NSN 6210-01-432-4108; TIME SWITCH, DIGITAL;
WATT STOPPER INC; CAGE 0MCJ1; P/N TS-200-U; U/I: MIN 1 EA./MAX 489 EA;
ESTIMATED ANNUAL QUANTITY 700. LINE ITEM 0015; NSN 6210-01-432-7035;
PLATE, SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N ASP-211-U; U/I: MIN 1
BOX/MAX 40 BOXES; ESTIMATED ANNUAL QUANTITY 40. LINE ITEM 0016; NSN
6210-01-432-7036; PLATE, SWITCH; WATT STOPPER INC; CAGE 0MCJ1; P/N
ASP-422; U/I: MIN 1 BOX/MAX 16 BOXES; ESTIMATED ANNUAL QUANTITY 16.
LINE ITEM 0017; NSN 6210-01-432-7041; PLATE, SWITCH; WATT STOPPER INC;
CAGE 0MCJ1; P/N ASP-432-U; U/I: MIN 1 BOX/MAX 16 BOXES; ESTIMATED
ANNUAL QUANTITY 16. (3) The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 90-41. (4) Delivery of the items in para 17(2) (a) through
(9) will be required within 15 days from receipt of order. FOB will be
at destination. Inspection/acceptance will be at destination. (5) This
contract is a rated order under DPAS (15CFR 700). DPAS rating DO-C9 is
applicable. (6) Specification, plans or drawings relating to the
procurement described are not available and cannot be furnished by the
government. See note 22; trade agreement applies. See Note 12. (7)
Sealed offers in original and no copies for furnishing the supplies or
services in the schedule will be received at the place specified in
Item 7, or if handcarried, in the depository located in Reception Area,
Bldg 31, until 2:00 p.m. local time 96 Dec 20. (8) Offer is to be
addressed and returned to Bid Custodian Defense Supply Center, ATTN:
DSCR Procurement, 8000 Jefferson Davis Highway, Richmond, VA
23297-5371. 17. Detail Requirements Description: (8) The following
clauses are incorporated by reference: 52.212-1 Instructions to
Offerors -- Commercial Items with the following changes: (c) Period for
acceptance of offers is 45 calendar days. (h) The Government intends to
make award on an all-or-none basis. 52.212-3 Offeror Representations
and Certifications -- Commercial Items. A completed copy of the
provision must be included with any offer. Evaluation Criteria: Offers
will be evaluated based on prices for the base year. The contractor
must accept option provision to extend the term of the contract for an
additional three years, total contract period not to exceed 48
months. Provision 52.216-2, Economic Price Adjustment -- Standard
Supplies is applicable and the aggregate of the increases in any
contract unit price under this clause shall not exceed 10% of the
original contract unit price. Automated Best Value Model, 52.215-9G05;
52.214-9002, Trade Discounts; 52.216-9G09, Evaluation -- Indefinite
quantity Contract; 52.217-5, Evaluation of Options; 252.225-7003,
Information for Duty Free Entry Evaluation apply. These provisions are
available in full text upon request from the contracting officer.
52.212-4, Contract Terms and Conditions -- Commercial Items is
applicable with the following added provisions: 52.213-1 POPS Fast Pay
Notice and 52.213-1 DSCR NOTE. DSCR NOTE is available in full text
upon request from the contracting officer. 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items is applicable. The following provisions apply:
52.203-6, Restrictions on Subcontractor Sales to the Government, with
Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity; 52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged
and Women-Owned Small Business Subcontracting Plan; 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Workers; 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies;
52.225-9, Buy American Act -- Trade Agreements Act -- Balance of
Payments Program. In addition, the following provisions are also
applicable: 52.211-9G33, POPS -- Computer Compatability, 52.211-9G45
POPS -- Special Marking Instructions; 52.246-2, Inspection of Supplies
-- Fixed Price; 52.246-16, Responsibility for Supplies; 52.211-17,
Delivery of Excess Quantities; 52.211-9G50, Ordering Office and Time of
Delivery -- The ordering office is the Defense Supply Center, Richmond
and supplies ordered are required to be delivered to the destination
cited in each delivery order 15 days after receipt of the order by the
contractor; 52.211-9G50, Ordering Office and Time of Delivery ALT I;
252.246-7000, Material Inspection and Receiving Report with DSCR Note
-- Mail one copy to Defense Supply Center Richmond 8000 Jefferson
Davis Highway Directorate of Business Operations ATTN: Inventory
Control Manager Richmond, VA 23297-5862; 52.247-34 F.O.B. Destination;
52.247-9G11 Manufacturer's Loading Practices; 52.203-3, Gratuities;
52.211-5, New Material; 52.211-7, Other than new material, Residual
Inventory, and Former Government Surplus Property; 52.216-19 DSCR NOTE
POPS -- Minimum Order Quantity -- the minimum order is $50 and max
order is $25,000 -- the limitations are in addition to the min/max
quantities reflected for each line item; 52.217-9G15 Flexible Options
DSCR; 52.217-9G20 Addition/Deletion of Items on Schedule; 52.225-11
Restrictions on Certain Foreign Purchases; 52.216-1 Type of Contract --
The Government anticipates a fixed price with EPA contract; 52.217-9002
Conditions for Evaluation and Acceptance of Offers for Part Numbered
Items; 252.212-7000 Offeror Representations and Certifications --
Commercial Items and 252.212-7001 Contract Terms and Conditions
Required to Implement Statutes of Executive Orders Applicable to
Defense Acquisitions of Commercial Items; 252.205-7000 Provision of
Information to Cooperative Agreement Holders; 252.219-7003 Small
Business and Small Disadvantaged Business Subcontracting Plan
252.219-7005 Incentive for Subcontracting with Small Businesses, Small
Disadvantaged Businesses, Historically Black Colleges and
Universities and Minority Institutions Alternate I; 252.219-7006 Notice
of Evaluation Preference for Small Disadvantaged Business Concerns ALT
I 252.225-7001 Buy American Act and Balance of Payment Program;
252.225-7007 Trade Agreements; 252.233-7000 Certification of Claims and
Requests for Adjustment or Relief; 252.247-7024 Notification of
Transportation of Supplies by SEA; 252.249-7001 Notification of
Substantial Impact on Employment. Offerors in need of any of the
referenced clauses may contact the contracting officer. (0337) Loren Data Corp. http://www.ld.com (SYN# 0163 19961203\62-0001.SOL)
62 - Lighting Fixtures and Lamps Index Page
|
|