Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1997 PSA#1885

Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203

72 -- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES SOL N00600-97-Q729 DUE 073097 POC Ms.Ann P. Holmes(703) 697-3155 I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. II. This solicitation number N00600-97-Q729 is issued as a request for quotation (RFQ). All references to "offers" are understood to be "quotations". III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)90-45. IV. FAR 52.219-6, Notice of Total Small Business Set-Aside is hereby incorporated by reference. The standard industrial classification code is 5084 and the small business size standard is 500 employees. V. A list of contract line numbers and items, quantities and units of measure are:CLIN 0001, Industrial Sewing Machine IAW Specifications, 1 each, CLIN 0002, Industrial Sewing Machine IAW Specifications, 1 each, CLIN 0003 Industrial Sewing Machine IAW Specifications, 1 each, CLIN 0004 Industrial Sewing Machine IAW Specifications, 4 each, CLIN 0005, Overlock/Serging Machine IAW Specifications, 1 each. VI. Description of requirements for the items to be acquired are: The sewing machines, and overlock machine, new and unused, shall be the manufacturer's or supplier's standard commercial product, and shall be one of the following brand name or equal models as described herein. CLIN 0001, model CONSEW 146RB-1A, Consolidated, Sewing Machine Service, JUKI/Union Special, maximum speed, stitches per minute-2500, clearance under foot-25/64"(10mm), needle bar stroke-1-11/32" (34mm), stitch length, maximum-5 S.P.I. (5mm), zig-zag stitch width, maximum-3/8" (9.5mm), bed size-7"x18-7/8" (178x480mm), compound feed mechanism, horizontal axis, transverse rotary hook, reverse stitching, table/motor/stand/head, utilities-110 volt/1 phase/60 hertz, any tools normally furnished as standard. CLIN 0002, model CONSEW744R10, Consolidated, Sewing Machine Service, JUKI/Union Special, maximum speed, stitches per minute-1500, clearance under foot-25/32" (20mm), needle bar stroke-1-27/32" (46.8mm), stitch length, maximum-25/64" (10mm), needles-7x3 (DYx3), hook-70140, stitch type-301, needle spacing-1/4" (6.35mm), arm length-10", compound feed, walking foot mechanism, safety clutch, foot pedal operated reverse feed, centralized arm lubrication, reservoir oiled hook(s), presser foot locking lever, push-button stitch regulator, built-in bobbin winder, high lift, table/motor/head/stand, utilities-220 volt/3 phase/60 hertz, any tools normally furnished as standard. CLIN 0003, model CONSEW 733R4, Consolidated, Sewing Machine Service, JUKI/Union Special, maximum speed, stitches per minute -700, clearance under foot-1-1/4" (32mm), needle bar stroke-2-19/32" (66mm), stitch length, maximum-less than 2 S.P.I. (15mm), needle-1000 or 1000H, hook-35224, bed size-10"x26-1/4" (258x655mm), stitch type-301, synchronized upper and lower feed mechanism, alternating pressor foot, steel insert for take-up hinge,reverse stitching-hand/foot operated, stitch regulator-hand/foot operated, pressor foot lift-hand/foot operated, extra large, long beak oscillating shuttle, hook and bobbin, belt guard, table/motor/head, stand-36" wide x 72"long, utilities-110 volt/1 phase/60 hertz, any tools normally furnished as standard. CLIN 0004, model CONSEW 199R-1, Consolidated, Sewing Machine Service, JUKI-Union Special, maximum speed, stitches per minute, zig-zag-2700/3000, maximum speed, stitches per minute, straight-3000/3200,clearance under foot-15/64" (6mm), needle bar stroke, 1-11/32" (34mm), stitch length, maximum -- 5 S.P.I. (5mm), needle-16x95, bed7"x18-7/8", table/motor/stand/head, utilities-110 volt/1 phase/60 hertz, any tools normally furnished as standard. CLIN 0005, model MO-3916E-FF6-50H or model CONSEW 395E, JUKI/Union Special, Consolidated, Sewing Machine Service, maximum speed, stitches per minute-7500, stitch type-516, stitch length-1.5 to 4mm, clearance under foot-7 mm, needle gauge-4.8mm, overedge width-4.8mm, full submerged tabling, table, motor, light, drawer, adjustable "K" legs, utiities-220 volt/3 phase/60 hertz, any tools normally furnished as standard. Two copies of the manufacturer's technical manual ( in English) which includes a spare/repair parts list shall be furnished and shipped with each machine. Final acceptance of the supplies shall be at destination by the receiving officer within 30 days after acceptance. The supplies shall be prepared for shipment in accordance with the manufacturer's best commercial practice acceptable by common carrier to reach the final shipping point undamaged. Shipments shall be properly marked with the project identifying numbers cited herein for each particular item. The use of shredded paper, whether newspaper, office scrap, computer sheets, or waxed paper, in packing materials for shipment to Navy activities is prohibited. VII. Delivery is to be made FOB Destination to: PWC Receiving Yard (N63887), Naval Station, Building #3519, Eighth Street & Harbor Drive, National City, CA 91950, no sooner than 26 December 1997, not later than 01 May 1998. Acceptance shall be made at destination. VIII. FAR 52.212-1, Instructions to Offers-Commercial Items, is incorporated by reference and appies to this acquisition. IX. Evaluation. (a) The Government will award a purchase order resulting from this solicitation/request for quotation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and othe factors considered. The following factors shall be used to evauate quotations: (i) technical capability of the item offered to meet the Government requirements and (ii) price. Technical is approximately equal to price in terms of evaluation. X. Oferors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with its writtenquotation. XI. FAR 52.212-4, "Contract Terms and Conditions-CommercialItem" is incorporated by reference and applies to this acquisition and resulting purchase order. The following terms and conditions are added as an addendum to this clause: Type of Purchase Order. The resulting purchase order will be a firm fixed price purchase order. FAR 52.232-18 Electronic Funds Transfer Payment (APR 1984). XII. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated by reference, however for paragraphs (b) and (c) only the following provisions apply to this acquisition. 52.203-10 Price for Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small, Small Disadvantaged and Women Owned Small Business Concerns, 52.219-14 Limitation on Subcontracting, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action or Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-18 European Community Sanctions for End Products, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, is incorporated by reference, however ony the clauses listed apply under paragraph b: 252.225.7001 Buy American and Balance of Payment Program (41 USC 10 E.O 10582), 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 North American Free Trade Agreement Act, 252.225-7015 Technical Data-Commercial Items, 252.227-7037 Validation of REstrictive Markings on Technical Data, 252.247-7024 Notification of Transportation of Supplies by Sea. XIII. Offerors shall include their taxpayer identification and Cage Code with their written quotation. All equipment is understood to come with the offeror's standard commercial warranty. XIV. Quotations are due on July 29, 1997 at 4:00pm at FISCNORVADET WASH, Pentagon, Room 5E575, Washington, DC 20350. XV. The following individual should be contacted for information regarding the solicitation; Ms. Ann Holmes (703) 697-3155. (0190)

Loren Data Corp. http://www.ld.com (SYN# 0400 19970711\72-0002.SOL)


72 - Household and Commercial Furnishings and Appliances Index Page