|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031U.S. Department of the Interior, Bureau of Reclamation, Upper Columbia
Area Office, P.O. Box 1749, Yakima, WA 98907-1749 66 -- HYDROMET UPGRADE EQUIPMENT SOL 1425-98-SQ-1U-00010 DUE 022498
POC Becky Neuman 509-575-5848 ext 241 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation: proposals are being requested and a written
solicitation will not be issued. Solicitation No. 1425-98-SQ-1U-00010
is issued as a Request for Quotes (RFQ) and incorporates provisions and
clauses in effect through Federal Acquisition Circular 97-03. This
acquisition is a small business set-aside. The size standard is 500
employees and the standard industrial classification code is 3829. The
Yakima Field Office, has a fixed price requirement for furnishing and
delivery of the following items: CLIN 0001 -- Float Wheel, Perforated
Tape, 1' /Revolution (nylon), Equal to Sutron part number 5100-0501,
quantity of 72 each, CLIN 0002 -- Cable Assembly (for 8500 SDI-12 Shaft
Encoder), Equal to Sutron part number 6411-1190-1, quantity of 72 each
and CLIN 0003 -- Probe,Water Temp., Equal to Sutron part number
5600-0010-2, quantity of 43 each. At this time we anticipate to award
to Sutron Corp., 21300 Ridgetop Cir, Sterling, VA 20166, due to
pre-existing software/hardware, upgrading of the Hydromet System. CLIN
0001, 0002 & 0003 must be compatible with existing Sutron equipment.
Submit your commercial specifications and basis for stating your
equipment is equal to the Sutron items. Place of delivery will be
Bureau of Reclamation, Yakima Field Office, 1917 March Road, Yakima, WA
98901-2058. Required delivery will be May 1, 1998. The following FAR
provisions and clauses apply to this acquisition: 52.212-1 Instructions
to Offerors -- Commercial Items (OCT 95), 52.212-2 Evaluation --
Commercial Items (OCT 95), 52.212-3 Offeror Representations and
Certifications -- Commercial Items (JUN 96), 52.212-4 Contract Terms
and Conditions -- Commercial Items (OCT 95), 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive Orders --
Commercial Items (AUG 96), Clause 52.215-5, paragraph (b) is tailored
to incorporate the following clauses by reference: 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-18, and
52.225-21. The Government intends to make a single award to the
responsible bidder whose bid is most advantageous to the Government.
Evaluation will include price, price-related factors, past performance
and verification that the offer meets the technical specification.
Bidders are to include a completed copy at the provision at 52.212-3,
Offeror Representations and Certifications -- Commercial Items (Mar
96), with the RFQ. Offerors may request a copy of this clause to be
faxed to them. The closing time and date for receipt of proposals is 10
a.m., February 24, 1998, local time. Offers are to be mailed to the
following address; Bureau of Reclamation, Attn. Becky Neuman, Bid
Depository, 1425-97-SQ-10-00020, P.O. Box 1749, Yakima, WA 98907-1749.
All sources responding to this synopsis/solicitation shall do so in
writing.Telephone responses will not be accepted. All sources
responding to this synopsis shall submit information relating to
business status, including identification as to whether small, large,
minority-owned and or women-owned. All responsible sources may submit
a bid, which will be considered by this agency.***** (0041) Loren Data Corp. http://www.ld.com (SYN# 0353 19980212\66-0012.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|