Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1996 PSA#1734

Defense 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