|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1998 PSA#2042Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 70 -- ADP COMPONENTS SOL N00600-98-R-1456 DUE 030498 POC No
solicitation document will be issued. Fax quotations to Small Purchase
Branch at (202) 433-9586. For further information, contact Ms. Beverly
A. Sivels on (202) 433-3978. (I.) DESC: 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 included in this notice. This announcement constitutes the
only soliciation; proposals are being requested and a written
solicitation will not be issued. (II.) This solicitation number
N00600-98-R-1456 is issued as a Request for Quote (RFQ). (III.) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular #36. (IV.) FAR 52.219-6,
Notice of Total Small Business Set-Aside is hereby incorporated by
reference. The standard industrial classification code is 7050 and the
small business size standard is 1,000 employees. (V.) A list of
CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 0001: SERVSWITCH, 2 to
1; P/N: SW721A-R3; Quantity 200; CLIN 0002: VGA/PS2/PS2M STANDARD
CPU-SERV SERIES-5 FT CBL; P/N: EHN051-0005; Quantity 450; CLIN 0003:
VGA/PS2/PS2M STANDARD CPU-SERV SERIES-MKM 1 FT CBL; P/N: EHN054-0001;
Quantity 200; (VI.) DESCRIPTION OF REQUIREMENTS: The Fleet Industrial
Supply Center Detachment Washington intends to procure Office Supplies
for DoNINPO, 901 M Street, SE., WNY, Bldg. 176/2, Washington, DC. This
requirement is only for supplies. (VII.) DELIVERY is to be made FOB
Destination to DoNINPO: N30320, 901 M Street., SE., WNY Bldg. 176/2,
Washington, DC 20374 by 15 days after effective date of contract.
Acceptance shall be made at destination. (VIII.) FAR 52.212-1,
Instructions to Offers-Commercial Items, is incorporated by reference
and applies to this acquisition. (IX.) FAR 52.212-2, Evaluation --
Commercial Items, is incorporated by reference and applies to this
acquisition. Para. (a) The following factors shall be used to evaluate
offers: technical capability and price. Technical capability is
approximately equal to price. (X.) Offerors SHALL include a COMPLETED
copy of the provision at FAR 52-212-3, OFFEROR/REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS, with it proposal. (XI.) FAR 52-212-4,
"Contract Terms and Conditions-Commercial Items" is incorporated by
reference and applies to this acquisition and resulting contract. The
following terms and conditions are added as an addendum to this clause:
Type of contract: The resulting contract will be firm fixed price FAR
52-232-18 Electronic Funds Transfer Payment (Apr 1984) FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items, (Oct. 1995) is incorporated in this
contract by reference, however for paragraphs (b) and (c) only the
following provisions apply to this acquisition: FAR 52-203-6,
Restrictions on Subcontractor Sales to the Government, with Alternated
I. FAR 52-203-10, Price or Fee Adjustment for Illegal or Improper
Activity (41 U.S.C.23). FAR 52.219-8, Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (dx2)
and (3)); FAR 52-219-14, limitation Subcontracting. FAR 52-222-26,
Equal Opportunity (E.O. 11246). FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). FAR
52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793).
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52-225-3, Buy American
Act-Supplies (41 U.S.C. 0). FAR 52.225-18, European community sanctions
for End Products (E.O. 12849). (XII.) ADDITIONAL CONTRACT REQUIREMENTS:
STANDARD COMMERCIAL WARRANTY, SUP 5252.246-9401 (JAN 1992). The
contractor shall extend to the Government the full coverage of any
standard commercial sale, provided such warranty is available at no
additional cost to the Government. Acceptance of the standard
commercial warranty does not waive the Government's rights under the
"Inspection" clause nor does it limit the Government's rights with
regard to the other terms and conditions of this contract. In the event
of a conflict, the terms and conditions of the contract shall take
precedence over the standard commercial warranty. The standard
commercial warranty period shall begin upon final acceptance of the
applicable material and/or services listed in the Schedule. The
contractor shall provide a copy of its standard commercial warranty (if
applicable) with its offer. The warranty shall cover a period of months
(Offeror to insert time-frame, __ __ __ __ __ ____). (XIII.) DPAS
rating is N/A. (XIV.) CBD number Note #1 applies to this procurement.
(XV.) Three technical and three cost proposals are due 24 FEB 1998 at
2:00PM Eastern Time at the FISC Norfolk Detachment Washington Customer
Service Center, 901 M Street., S.E., Washington Navy Yard, Bldg. 200,
4th Floor, Washington, DC 20374-5014. Offerors MUST acquaint
themselves with the NEW regulations concerning Commercial Item
acquisition contained at FAR Subpart 12 and must ensure that all
Representations and Certifications are executed and returned as called
for in this synopsis/solicitation. For questions regarding this
specific acquisition contact Ms. Beverly A. Sivels at (202) 433-3978.
(0057) Loren Data Corp. http://www.ld.com (SYN# 0331 19980302\70-0005.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|