Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1997 PSA#1969

16th Contracting Squadron, 350 Tully Street, PO Box 9190, Hurlburt Field, FL 32544-9190

19 -- INFLATABLE BOAT SOL F08620 98T0342 DUE 111797 POC Louise Peterson, Contract Specialist, (850) 884-3264, Lenny Capik, Contracting Officer, (850) 884-1258 17. 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 contained in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will NOT be issued. This is Solicitation F08620-98-T0342, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular 97-01. This requirement is issued on an unrestricted basis, open to both large and small business. The standard industrial classification code is 5088, and the small business size standard is 500 employees. FOB Destination. SCHEDULE: The contractor shall provide the following item: Two (2) each Inflatable Boats, Brand Name or Equal to Zodiac North American Part Number F530. All products offered other than that specifically referenced by brand name will need to meet the needs of the Government in essentially the same manner as the brand name product. Products offered must be capable of utilizing existing inventory of Zodiac spare parts, and fitting trailers configured to the Zodiac brand inflatable boats. Offerors may be required to provide an on-site demonstration of any product offered as an equal to the brand name specifically referenced in this solicitation. The following is a list of salient physical, functional or other characteristics which are essential to the needs of the Government, this list is not intended to be all inclusive. Two bottom reinforced shock-absorbing lower buoyancy tubes, inflatable by air or CO2. 28-Ply aviation grade marine plywood transom, 40mm thickness sandwiched between two layers of okume for outboard installation. Anodized aluminum outboard engine mount. Pre-drilled transom lifting points protected with non-corrosive washer. Anti-splash triangles located aft of transom. Bellows type foot pump complete with hose for air inflation/deflation. Emergency boat repair kit. Towing bridle with attaching hardware. Towing rings, bow and aft. Lifting sling with attaching hardware. Wooden paddles, long handle, wide blade, olive drab color. Air pressure gauge. Carrying bag, fold and tie type. Carrying handles. Keelson rubbing strakes. All around rubbing strakes. Aluminum floorboard kit with two stringers and four section floorboards. Overall length 17'5", width 7'0", inside length 12'3", width 3'5". Main buoyancy tube diameter 1'10". Total weight in carrying case is 353 lbs. Folded dimensions in bag is 1'10" x 3'8". Capacity is 8-10 persons. Maximum payload is 3,440 lbs. Quotations shall include the manufacturer's name, brand, model, and/or part number being offered; and also the cost for FOB Destination to Hurlburt Field, FL. Warranty information, to include period and coverage, shall be stated. Availability/projected delivery time after receipt of order should be provided. The following clauses and provisions are incorporated and will remain in full force in any resultant contract: DFARS252.211-7003, Brand Name or Equal; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items. FAR 52.212-1, Instructions to Offerors -- Commercial Items, is amended to read: "Submit signed and dated offers in three copies to 16 CONS/LGCY, PO Box 9190, 350 Tully Street (Mail Stop #39), Hurlburt Field, FL, 32544. Offers may be submitted on letterhead stationery and at a minimum must show: (1) the solicitation number (F08620-98-T0342); (2) the time specified for receipt of offers (17 Nov 97); (3) The name, address, and telephone number of the offeror; (4) a technical description of the item(s) being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature or other documents if necessary; (5) terms of any express warranty; (6) price and discount terms; (7) "remit to" address, if different from mailing address; (8) a complete copy of the representations and certifications at FAR 52.212-3; (9) acknowledgment of solicitation amendments, if any; (10) past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar equipment and other references (including contract numbers, points of contact with telephone numbers and other relevant information; and (11) if the offer is not submitted on an SF Form 1449, include a statement specifying the extent of agreement with all terms and conditions, and provisions included in the solicitation. The proposal must be signed by an official authorized to bind your organization. Offers that fail to furnish required representations and certifications or reject the terms and conditions of the solicitation, may be excluded from consideration. FAR 52.212-2, Evaluation -- Commercial Items, is amended to read: (The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government anticipates award of a firm-fixed price purchase order. The following factors in descending order of importance) shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) past performance, including warranty repairs and repair response time; (3) delivery time; (4) price (including FOB destination charges). For evaluation of past performance, offerors are required to submit information pertaining to previous sales to other government activities or to private companies. Include contract number, date of purchase, amount of purchase, and name/address/phone number of purchaser. Failure to submit this information for evaluation will result in subpar scoring in the applicable area of evaluation. Questions concerning this RFQ must be submitted in writing; no telephone responses will be processed. Questions should be faxed to Louise Peterson and addressed to 16 CONS/LGCY at 850-884-5372. (0310)

Loren Data Corp. http://www.ld.com (SYN# 0144 19971110\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page