Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1996 PSA#1739

Contracting Officer (Code 520), Naval Construction Battalion Center, CBC 5200 CBC 2nd Street, Gulfport, MS 39501-5001

34 -- BAND SAW, HORIZONTAL SOL N62604-97-Q-7503 DUE 123096 POC Charlene Kreeger, (601) 871-2281. This is a brand name or equal combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information provided in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N62604-97-Q-7503 is issued as a Request for Quotation (RFQ). This solicitation is 100% set aside for small business in accordance with FAR Subpart 13.105(a). The standard classification code is 3541, small business size standard is 500 employees. A firm-fixed price purchase order will be issued under the Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-42 and Defense Acquisition Circular 91-10. Contract Line Item 0001 is for one (1) each Horizontal band saw, nominal capacity 16" x 20", nominal blade 15'6"L x 1-1/4"W x .042"H, with hydraulically controlled blade tension. Speed range infinitely variable, nominal 55-400 blade feet per minute. Motor minimum 7-1/2 HP, 1800 RPM, totally enclosed, 230/460V/3PH/60HZ, with magnetic motor starter and overload/low-voltage protection, push button controller at operator's console, all controls mounted in NEMA 12 compartment. Saw must conform to J.I.C. Standard for General Purpose Machine Tools (EGP-1-1967 (H1-1973)) and National Electrical Code NFPA No. 79. Electrical control cabinet shall be U.L. labeled. Start up kit to include hydraulic oil, cutting oil, and minimum twelve (12) band saw blades. Manuals to include two sets of parts list, operating and maintenance instructions, installation instructions, complete electric and hydraulic information and diagrams. Armstrong-Blum ``Marvel'' Model 15APC or equal. Delivery terms shall be FOB Destination with delivery to be made to Receiving Officer Bldg. #105, NAVSUB SUP Facility, Groton, CT 06349. Delivery shall be made within 90 days after award of purchase order. Inspection and acceptance shall be made at destination. If other than brand name identified is offered, then the offeror shall indicate the manufacturer, brand, model/part number and a description in sufficient detail to show that the product offered meets the brand name specified. Note: The offeror shall furnish as part of its offer all descriptive literature and technical data sheets necessary for the purchasing activity to determine whether the products offered meet the salient characteristics/requirements of the solicitation. Failure to provide this information will cause your bid to be rejected. The following clauses and provisions are incorporated and will remain in full force in any resultant contract: FAR 52.212-1, Instructions to Offerors-Commercial Items, is incorporated by reference and applies to this acquisition and is amended to read, submit signed and dated offers to Contracting Officer (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001, at or before 2:00 p.m. CST, 30DEC96. Companies wishing to respond to this solicitation should provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested item showing solicitation number, unit price, extended price, FOB, prompt payment terms, correct address, and remit to address if different. OFFERS MUST BE SIGNED. The Government reserves the right to make award on the initial offer received, without discussions. Each offer shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items, their Dun & Bradstreet Code, and their Commercial and Government Entity (CAGE) Code. Those companies not in possession of the provisions in full text may contact this office and a copy will be faxed to you. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (AUG 1996) is incorporated by reference and applies to this acquisition. The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and DFARS 252.225-7001. This acquisition is rated under Defense Priorities and Allocations System (DPAS) with a program identification symbol of C9E. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights 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 the items listed in the schedule. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to Charlene Kreeger, FAX 601-871-3212/2691 by December 20, 1996. Quotes are due on December 30, 1996, 2:00 p.m. CST, to Contracting Officer (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001, Facsimile quotations acceptable, FAX 601-871-3212/2691. No oral offers will be accepted. All responsible sources may submit an offer which shall be considered. See Numbered Note(s) 1. (0344)

Loren Data Corp. http://www.ld.com (SYN# 0213 19961211\34-0002.SOL)


34 - Metalworking Machinery Index Page