Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1997 PSA#1894

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

49 -- PLATE ROLLING MACHINE SOL N00244-97-Q-9550 DUE 080697 POC Point of Contact is Bid Officer at 619-532-2690/2692; Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-1088/9 WEB: Click here to learn more about FISC San Diego and additional contracting opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer or submit your quote via e-mail., gwen_young@fmso.navy.mil. This action was originally published in the CBD 6/27/97 and is being republished in its entirety with additional product description. The closing date is extended to 8/6/97 -- all quotes must be received no later than 3 p.m. local time on this date. (REPRINT) -- This procurement is published as a Total Small Business Set-Aside action per FAR 52.219-6; all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number N00244-97-Q-9550 applies and is issued as a Request For Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The standard industrial code is 3542 and the business size standard is 500 employees. This requirement is for a fixed priced contract for one (1) line items as follows. Line Item 0001: One (1) each Plate Rolling Machine, 5/8" plate bending roll, length is 10'2", roll capacity 5/8", roll diameter 13", total floor space 88" x 243", weight 28,469 pounds. (Additional/new specifications) -- Type: 3-roll initial pinch. Roller capacity of 5/8" thick x 10' long must be rated at 80,000 PSI tensile strength steel. To include the following components: 1) power bending roll adjustments; 2) roll positioning indicators; 3) power-operated tail hinge; 4) variable speed train drive; 5) automatic lubrication system; 6) cone-rolling attachment; 7) front and back safety cut-offs; and 8) electrical disconnect. Delivery of all items is required within 90-120 days after receipt of order, to be delivered FOB Destination to: Receiving Officer, FISC San Diego Ingleside Detachment, 188 Coral Sea Road, Ste A, Bldg 233, Naval Station, Ingleside, TX 78362-5000. Mark for: V47316-7157-7A20. Acceptance shall be made at destination. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. Any contract awarded as a result of this solicitation will be a DO-rated order certified for national defense use under the Defense Priorities and Allocations System. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2, Evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Item 0001. Quotes must be received no later than 3:00 PM, local time, 8/6/97 and will be accepted via fax (619-532-1088/9) or via e-mail (gwen_young@fmso.navy.mil) ONLY. DO NOT mail. See Numbered Note(s) 1, 13. (0203)

Loren Data Corp. http://www.ld.com (SYN# 0317 19970724\49-0002.SOL)


49 - Maintenance Repair Shop Equipment Index Page