Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1997 PSA#1916

U.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