Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1997 PSA#1858

Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, Vaa 23297-5000

66 -- THERMOCOUPLE ASSEMBLY SOL sp0440-97-r-0996 DUE 062097 POC Contact, Sandra H. Moore, 804-279-5349/Contracting Officer, Virginia L. Willcox, 804/279-5832 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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SP0440-97-R-0996 and is issued as a RFP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46 and Defense Acquisition Circular 91-11. This acquisition is unrestricted; the applicable SIC is 3829, the size standard is 500 employees. Item Description:: NSN 6685-00-884-9944, PR NUMBER YPG97076001745. Thermocouple Assembly. GENERAL ELECTRIC CO. CAGE 99207 P/N 6005T78P02; AMETEK AEROSPACE PRODUCTS, INC. CAGE 97424 P/N 8TE4AAR; THERMOCONTROL, INC. CAGE 65410 P/N 6005T788P02. The Technical/Quality/Test Requirements for above p/n will be in conformance with the listed drawing. I/A/W DRAWING NR(99207) DWG 6005T78 REV 5 DTD 90 OCT 02 TYPE NUMBER P/N:6005T78P02. CRITICAL APPLICATION ITEM "SOURCE CONTROL ITEM". Inspection/Acceptance Point: ORIGIN . DSCR Quality Assurance Provision 007 (96289). FOB Point: DESTINATION Packaging Requirements:MIL STD 2073: 001 AA 1 XX XX AA X D3 A U C YY YYY. MARKING IAW MIL-STD 129M. Delivery Time: 110 days ARO Ship to location and quantity: Line Item 0001: Director of Supply, Marine Corps Air Station. Cherry Point. NC. 25 EA. Line Item 0002: Def. Dist. Depot San Joaquin, Tracy, CA. 25 EA. Option for increased quantity does apply: 100% OPTION Address to order drawings: Defense Supply Center Richmond, ATTN: DSCR-VA. The provision at FAR 52.212-1, Instructions to Offeror -- Commerical Items, applies to this acquisition, with the following revisions/additions: SECTION B., DSCR NOTE 14-1, FACSIMILE BIDS/PROPOSALS (JAN 1996). DSCR NOTE 17-6; OPTION FOR INCREASED QUANTITY-EVALUATION (JAN 1996). FAR 52.207-4, ECONOMIC PURCHASE QUANTITY-SUPPLIES (AUG 1987); FAR 52.215-11, AUTHORIZED NEGOTIATORS (APR 1984); FAR 52.215-20, PLACE OF PERFORMANCE,(APR 1984); DFARS 252.219-7000; SMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATION (DOD CONTRACTS) (APR 1994); DFARS 252.225-7006; BUY AMERICAN ACT -- TRADE AGREEMENTS -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 1994); DSCR 52.247-9G17; PRODUCTION FACILITIES; (JAN 1996); DFARS 252.204-7001; COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (DEC 1991); FAR 52.211-6; LISTING OF OTHER THAN NEW MATERIAL, RESIDUAL INVENTORY, AND FORMER GOVERNMENT SURPLUS PROPERTY (MAY 1995); FAR 52.215-18 FACSIMILE PROPOSALS (DEC 1989) (1) Telephone Number of receiving facsimile equipment: 804-279-4165; (PROPOSALS SHOULD BE ADDRESSED: ATTN: BID CUSTODIAN, DSCR-JJ. DSCR NOTE CITED FAR 52.217-9G23 RESTRICTION OF ALTERNATE OFFERS FOR SOURCE CONTROLLED ITEMS (JAN 1996); FAR 52.233-2 SERVICE OF PROTEST;(AUG 1996) (a) Protests, as defined in Section 33.101 of the Federal Acquisition Regulation, that are filed directlywith an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the -- CONTRACTING OFFICER DEFENSE SUPPLY CENTER RICHMONDATTN: DSCR-CEA 8000 JEFFERSON DAVIS HIGHWAY RICHMOND, VA 23297-5835 by obtaining written and dated acknowledgment of receipt from the issuing office referenced on the solicitation/award. The provision at 52.212-2, Evaluation -- Commercial Items, applies, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical acceptability, past performance and price. Technical and past performance, when combined, are of equal value compared to price. The following provisions also apply: DLAD, 52.211-9000, CONDITIONS FOR EVALUATION OF OFFERS OF SURPLUS MATERIAL (MAR 1997); DLAD, 52.214-9002; TRADE DISCOUNTS(JUN 1983). DSCR 52.215-9G05, AUTOMATED BEST VALUE MODEL (NOV 1996). DFARS, 252.225-7003, INFORMATION FOR DUTY-FREE ENTRY EVALUATION, DSCR 52.247-9G21, BASIS FOR SUBMISSION AND EVALUATION OF OFFERS (JAN 1996)(a) Offers are invited on an f.o.b. destination basis for items ALL,,,. Bids submitted on any other basis will be rejected as non-responsive. Completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commerical Items and DFARS 252.212-7000, Offeror Representations and Certifications -- Commerical Items, must be included in any offer submitted. Completed copies of the following clauses/provisions must be provided as well: DFARS 252.223.7001, HAZARD WARNING LABELS (DEC 1991). DLAD, 52.211-9000, SURPLUS MATERIAL (OCT 1996); FAR 52.223-3, HAZARDOUS MATERIAL INDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997); FAR 52.207-4, ECONOMIC PURCHASE QUANTITY-SUPPLIES (AUG 1987). FR 52.215-11, AUTHORIZED NEGOTIATORS (APR 1984). FAR 52.215-20, PLACE OF PERFORMANCE (APR 1984). DFARS 252.219-7000, SMALL DISADVANTAGED BUSINESS CONCERN REPRESENTATION (DoD CONTRACTS) (APR 1994). DFARS 252.225-7006, BUY AMERICAN ACT-TRADE AGREEMENTS -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 1994). DSCR 52.247-9G17, PRODUCTION FACILITIES (JAN 1996). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, with the following revisions/additions: DLAD, 52.212-9000, MANDATORY PROVISIONS AND CLAUSES-COMMERCIAL ITEMS (APR 1997). FAR 52.246-11, HIGHER-LEVEL CONTRACT QULITY REQUIREMENT (GOVERNMENT SPECIFICATIONS) (APR 1984), (b) Contractor shall comply with specification titled ISO 9002 OR ANSI/ASQC Q9002 applies. DSCR QUALITY ASSURANCE PROVISION (QAP) 007; (96289). DSCR 52.211-9G22 DSCR PALLETIZATION REQUIREMENT FOR MIL-STD-2073 IN ACCORDANCE WITH D001450000 REV A (MAR 1996) (95348). DSCR 52.211-9G52, TIME OF DELIVERY (FEB 1996) applies, (a) Delivery is required to be made in accordance with the fob destination for line items 0001,and 0002, 25 ea delivery days of 110 days ARO has been established for the delivery schedule. DSCR 52.211-9G52, TIME OF DELIVERY ALT I (FEB 1996). DFARS, 252.246-7000, MATERIAL INSPECTION AND RECEIVING REPORT, (DEC 1991) DSCR NOTES: in addition to the distribution required in DFARS, APPENDIX F, TABLES 1 AND 2, a copy of the Material Inspection and Receiving Report is required to the following address: DEFENSE SUPPLY CENTER, RICHMOND 8000 JEFFERSON DAVIS HIGHWAY BUSINESS OPERATIONS ATTN: INVENTORY CONTROL MANAGER RICHMOND, VA 23297-5862 DFARS, 252.223-7001, HAZARD WARNING LABELS (DEC 1991). DLAD, 52.223-9000, MATERIAL SAFETY DATA SHEETS AND HAZARD WARNING LABELS (MAR 1992). FAR 52.203-8, CANCELLATION, RECISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997). DSCR 52.208-9G01 NOTIFICATION TO GOVERNMENT OF COMTEMPLATED PRODUCTION PHASEOUT (JAN 1996).FAR 52.209-1, QUALIFICATION REQUIREMENTS (FEB 1995)contact the buyer regarding qualification requirements. FAR 52.211-5, NEW MATERIAL (MAY 1995).FAR 52.211-7, OTHER THAN NEW MATERIAL, RESIDUAL INVENTORY, AND FORMER GOVERNMENT SURPLUS PROPERTY (MAY 1995). DLAD, 52.211-9000, SURPLUS MATERIAL (OCT 1996). FAR 52.217-7, OPTION FOR INCRESED QUANTITY SEPARATELY PRICED LINE ITEM (MAR 1989). FAR 52.223-3, HAZARDOUS MATERIAL INDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997). FAR 52.225-10, DUTY-FREE ENTRY (APR 1984). DFARS 252.225-7008, SUPPLIES TO BE ACCORDED DUTY-FREE ENTRY (DEC 1991) applies for all items. DFARS 252.225-7009, DUTY FREE ENTRY-QUALIFYING COUNTRY END PRODUCTS AND SUPPLIES (DEC 1991). DFARS 252.225-7010, DUTY-FREE ENTRY -- ADDITIONAL PROVISIONS (DEC 1991. FAR 52.232-17, INTEREST (JUN 1996). FAR 52.242-13, BANKRUPTCY (JUL 1995). DFARS, 252.243-7001, PRICING OF CONTRACT MODIFICATIONS (DEC 1991). DSCR 52.246-9G33, MISDIRECTED SHIPMENTS (JAN 1996). DFARS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (NOV 1995). FR 52.248-1, VALUE ENGINEERING (MAR 1989). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items, applies to this acquisition. The FAR clauses cited below are applicble to this acquisition: FAR 52.222-3, CONVICT LABOR (E.O. 11755). FAR 52.233-3, PROTEST AFTER AWARD, (31 U.S.C.3553). FAR 52.203-6, RESTRICTIONS ON SUBCONTRCTOR SALES TO THE GOVERNMENT, WITH ALTERNATE I (41 U.S.C. 253g and 10 u.s.c. 2402). 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 52.222-26, 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 OF THE VIETNM ERA (38 U.S.C. 4212). FAR 52.239-1, PRIVACY OR SECURITY SAFEGUARDS (5 U.S.C. 552a). FAR 52.247-64, PREFERENCE FOR PRIVATELY-OWNED U.S. FLAGGED COMMERCIAL VESSELS (46 U.S.C. 1241 (flow down not required for subcontrcts awarded beginning May 1, 1996). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,(AUG 1996) applies to this acquisition: DFARS 252.219-7006, NOTICE OF EVALUATION PREFERENCE FOR SMALL DISADVANTAGED BUSINESS CONCERNS WITH ALTERNATE I, (15 U.S.C. 644). DFARS 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAM (41 U.S.C. 10, E.O. 10582). DFARS 252.225-7007, TRADE AGREEMENTS (10 U.S.C. 2501-2582). DFARS 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES. Additional contract requirement(s) or terms and conditions included in the addenda to the FAR provisions/clauses above have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The contract is rated DO-A1 under Defense Priorities and Alloctions Systems (DPAS) (15 CFR 700). Commerce Business Daily numbered notes: 12, and 22 apply which included sources of Ametek Aerospace Products, Inc. and Thermocontrol, Inc. Sealed offers in original and two copies, including all technical data required, must be received at the address specified below or if handcarried, in the depository located in the Business Opportunity Center, Bldg. 32, Defense Supply Center Richmond, by 2:00 p.m., local time June 21, 1997. Address offer to Bid Custodian, Defense Supply Center Richmond, ATTN: DSCR Procurement, 8000 Jefferson Davis Highway, Richmond, VA 23297-5371. Point of contact for additional information or copies of documents incorporated into this notice by reference below, contact the buyer, Sandra H. Moore, at (804)279-5349 or FAX (804)279-3974. Contracting Officer, Virginia L. Willcox, (804)279-5832. Refer to "http://www.dscr.dla.mil/procurement/procurement.htm" to obtain the full text of clauses/provisions incorporated above. (0150)

Loren Data Corp. http://www.ld.com (SYN# 0318 19970603\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page