|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916U.S. Immigration & Naturalization Service, Administrative Center, Attn:
ACLCAP-Contracts, P.O. Box 30080, Laguna Niguel, CA 92607-0080 J -- AUTOMOTIVE REPAIR. SOL ACL-7-Q-0076 DUE 090297 POC Contact Point,
Linda Ellis, 714-360-3066, Contracting Officer, H. John Wolfslau IV,
714-360-3180. WEB: INS Administrative Center Laguna,
http://www.usdoj.gov.ins. E-MAIL: INS Office of Contracts and
Procurement, addwest@Pacbell.net. Rear Air Conditioning units for 143
1997 Ford Expeditions. Supply and installation of the rear A/C units
for the 1997 Ford Expeditions must meet or exceed the factory
specifications of the factory installed rear A/C units in the following
areas in terms of reliability, durability, efficiency and asthetics of
the vehicle. 1) The units must be able to cool the rear passenger
compartment to the same temperature or cooler as factory installed
units. 2) The fan and all duct work will be manufactued as to conform
to the appearance of a factory installed unit. All A/C lines,
electrical wiring and fan will be hidden in the same manner as the Ford
factory rear A/C units. They should be manufactured in such a manner as
to be inaccessable to any passengers in the rear of the vehicle. 3) The
flow rate of the fan or fans must meet or exceed the flow rate of the
factory fan. 4) The controls for the rear A/C unit will be within reach
of the driver and the front passenger as in the factory installed
units. Contractor shall accomplish 8 vehicles per day. Contractor shall
pick up and deliver vehicles from the Tucson Border Patrol. Contractor
shall be an authorized installer for Ford Motor Co. This solicitation
document and following incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-46: 52.233-1
Disputes; 52.202-1 Definitions; 52.212-1 Instructions to
Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items
52.212-2 Evaluations-Commercial Items, para (a) is filled in as
follows: ACLCAP will award a contract resulting from this solicitation
to the responsible offeror whose offer conforming to solicitation will
be most advantageous to the Government, price and other factors
considered. 52.212-3 Offeror Representations and
Certifications-offerors must include a completed copy with their offer;
52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5
Contract Terms Required to Implement Statutes or Executive
Orders-Commercial Items, para (b) the following clauses are applicable;
52.203-6 Restrictions on Subcontractor Sales to the Government with
Alternate 1; 52.203-10 Price or Fee Adjustment for Illegal or Improper
Activity; 52.219-8 Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; 52.219-9 Small, Small Disadvantaged,
and Women-Owned Small Business Subcontracting Plan; 52.222-26 Equal
Opportunity; 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped
Workers; 52.222-37 Employment Reports on Special Disabled Veterans of
the Vietnam Era; 52.201-1 Officials Not to Benefit; 52.225-3 Buy
American Act Supplies; 52.232.33 Mandatory Information for Electronic
Funds Transfer Payment. This CBD notice/solicitation can be viewed and
downloaded via the Internet. The preferred method of distribution is
via the Internet or by E-mail request from addwest@Pacbell.net. Receipt
of this notice/solicitation package through the Internet must be
confirmed by faxed notification. It is the responsiblity of the
recipient of this document to ensure that it has been received from the
Internet in its entirety and bears no responsibility for data errors
resulting from transmission or conversion processes. Questions should
be directed by way of fax transmittal to 714-360-3013. Prices Preferred
as FOB Destination: Tucson, AZ. Vendors quoting FOB Origin must include
Shipping/Handling. This solicitation is issued as a request for
quotation (RFQ) and is full and open competition. The SIC Code is 7539.
Quotation may be submitted by written fax to 714-360-3013, NO LATER
THAN 9/2/97, 5:00pm PST. (0233) Loren Data Corp. http://www.ld.com (SYN# 0058 19970825\J-0025.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|