Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1998 PSA#2084

Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN 47522-5001

59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL N00164-98-Q-0144 DUE 050498 POC Ms. Patty Cox, Code 1163W6, telephone 812-854-3229, FAX 812-854-3465, Kelly Siffin, Contracting Officer WEB: click here to download copy of specifications, http://www.crane.navy.mil. E-MAIL: click here to contact contracting officer, cox_p@crane.navy.mil. 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 included in this notice. This announcement constitutes the only solicitation. Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation number N00164-98-Q-0144 applies and is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. The standard industrial code is 3663 and the business size standard is 750 employees or less. This requirement is for a firm fixed price contract for as follows. Line item 0001: Bandpass Filter, Qty. 135 each, Reactel P/N: 5BX4-257-26S11 Brand name or equal in accordance with Envelope Drawing 802027201040 and Specification 802027201041, which are available for downloading at Crane's Homepage address, http://www.crane.navy.mil. Delivery shall be: One Bid Sample and a Compliance Matrix are required with each vendor quotation provided. NSWC will require 14 days to ensure that the unit meets specifications. Partial Deliveries of production quantities will be required. Delivery Schedule is 10 units delivered at destination on 10 JUN 1998, with the remainder of required quantity to be delivered 25 units per month at destination. This delivery schedule will remain in effect until all quantities are exhausted or until completion/termination of the contract. F.O.B. Destination with inspection and acceptance at NAVSURFWARCENDIV CRANE. NSWC CRANE technical personnel will require 14 days to inspect and accept/reject production units. All responsible sources may submit an offer which will be considered by the Agency. A fixed price purchase order will be awarded based on Simplified Acquisition Procedures (SAP). In SAP, this procurement is reserved for Small Business concerns. The Government intends to award to the responsible offeror whose quotation conforming to the solicitation is the most advantageous and Best Value to the government, price and other factors considered. Evaluation factors of offers will be technical, past performance, and price. Technical and past performance are considered equal, and when taken together are significantly more important than price. The following facts shall be used to evaluate offers: The contractor shall provide past performance for same/similar products, timeliness of performance, and customer satisfaction. Award will be made based on all or none. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions -- Commercial Items; 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-8 Utilization of Small Business Concernsand Small disadvantaged Business Concerns; 52.219-14 Limitations on Subcontracting; 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 and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies; 52.225-9 Buy American Act -- Trade Agreements Act -- Balance of Payments Program; 52.225-18 European Union Sanctions for End Products; 52.225-19 European Union Sanctions for Services; 52.225-21 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program. The contractor shall extend to the Government the full coverage of commercial sale, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Quotations and the above required information must be received at the above contact point in this office on or before 04 May 1998 at 12:00 PM (Noon) Eastern Standard Time. ***** MMMM ***** (0117)

Loren Data Corp. http://www.ld.com (SYN# 0241 19980429\59-0010.SOL)


59 - Electrical and Electronic Equipment Components Index Page