Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1998 PSA#2021

ATTN ATZC DOC, DIR CONTRACTING, 2021 CLUB RD, FORT BLISS TX 79916-6812

61 -- TWO (2) EACH 150 KW FREQUENCY CONVERTERS AND ASSOCIATED SPARE PARTS AND MANUALS IN ACCORDANCE WITH THE STATEMENT OF WORK SOL DABT51-98-R-0003 DUE 031998 POC Contract Specialist JOHNA ROBERTS (915) 568-1492 (Site Code DOCSUP) This is a synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Proposals are being requested and a written solicitation DABT51-98-R-0001 is being issued as a request for proposals. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 90-46. This acquisition is unrestricted. Standard Industrial Classification (SIC) code is 3621. Frequency converters are to be furnished and installed as per the statement of work for the 31st ADA BDE, Fort Bliss, Texas. The following FAR provisions are applicable to this acquisition: FAR 52.212-1, Instruction to Offerors -- Commercial Items; FAR 52.212-2, Evaluation -- Commercial Items is applicable as follows. The following factors shall be used to evaluate offers: Technical approach, management approach and price with the technical factor worth significantly more than the managementfactor which is slightly worth more than the price factor. The respective subfactors for technical and management listed are of equal weight. Those subfactors under technical approach include: adequacy of response-the extent to which the technical requirements have been addressed and understood; and feasibility approach-whether the offeror's methods and approach in meeting the requirements provides the Government with a high level of confidence in successful completion within the required schedule. Those subfactors under the management approach include: adequacy of response-the completeness and adequacy of the management approach for each management subfactor; and feasibility of approach-determine whether the offeror's organization, personnel, schedule and experience provide the Government with a high level of confidence of successful completion with the required schedule. Price will be evaluated to determine completeness and realism of the price for each contract line item solicited. FAR 52.121-3, Offeror-Representations and Certifications -- Commerical Items (Offerors shall include a completed copy of this provision with your offer); FAR 52.121-4, Contract Terms and Conditions -- Commerical Items; FAR 52.121-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Bid, performance and payment bonds are required. Award of a firm-fixed price contract is contemplated. Solicitation packages will be available on or about Februay 17, 1998 with proposals received thirty (30) days after issuance of solicitation. Only written requests for the solicitation will be considered. A fee will be charged for each solicitation package prior to issuance and will be based on a cost of ten (10) cents per page plus $5.00 shipping and handling. No personal/company checks will be accepted, only certified checks or money orders made out to the Centralized Disbursing Officer. Cost quote for the solicitation package should be available after the proposed tentative issuance date. Proposals will be accepted from all responsible sources. Requests should be addressed to Directorate of Contracting, ATTN: ATZC-DOC (Johna Roberts), 2021 Club Road, Fort Bliss, Texas 79916-6812 or faxed to (915) 568-0836. (0027)

Loren Data Corp. http://www.ld.com (SYN# 0200 19980129\61-0001.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page