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