|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1998 PSA#2086Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL
N00164-98-Q-0124 DUE 051198 POC Ms. Diane Pearson, Code 1163W7,
812-854-5201, by email pearson_d@crane.navy.mil/Ms. Teresa Brough, Code
1163WT, Contracting Officer WEB: Naval Surface Warfare Center, Crane
Division's homepage, www.crane.navy.mil. 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 procurement is restricted for
small business, FAR 52.212-6, Alt. I applies. This announcement
constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. Solicitation Number
N00164-98-Q-0147 is issued as a Request for Quotation. Solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-04 and Defense Acquisition
Circular 91-13. The Standard Industrial Classification Code for this
procurement is 3674. The size standard is 500 employees. This
requirement is for the procurement of 33 each Microcircuits; Motorola
Part Number 68020-20/BZAJC or Thompson Components Part Number
TS6802OMRB/C20 or Defense Electronics Part Number 5962-8603203XA, in
accordance with National Stock Number 5962012940106 and 33 each
Microcircuits, Motorola Part Number 68882-20/BYCJC or Thompson
Components Part Number TS6888ZMRB/C20 or Defense Electronics Part
Number 5962-8946302XA, in accordance with National Stock Number
5962014235264. Quote on Part Numbers above only. No substitutions will
be accepted. This requirement will be negotiated at a firm fixed price
contract and will be awarded utilizing Simplified Acquisition
Procedures. The shipping terms will be F.O.B. destination, Naval
Surface Warfare Center, Crane IN, with inspection/acceptance at
destination. The required delivery is 8 weeks after contract issuance.
The Government reserves the right to issue multiple awards. FAR
Clauses/Provisions 52.203-3 Gratuities, 52.212-1 Instructions to
Offerors -- Commercial Items, 52.212-4 Contract Terms and Conditions --
Commercial Items, 52.212-5 Contract Terms and Conditions Required to
Implement Statues or Executive Orders -- Commercial Items
(incorporating FAR 52.203-6 Restrictions on Subcontractor Sales to the
Government, with Alternate I, 52.219-8 Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal
Opportunity (E.O. 11246), 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, 52.225-18 European Community
Sanctions for end Products) applies to this acquisition. DFARS
252-212-7001, Contract Terms & Conditions Required to Implement Statues
or Executive Orders Applicable to Defense Acquisitions of Commercial
Items (APR 1998), 252.225-7012, Preference for Certain Domestic
Commodities and 252.227-7015 Technical Data -- Commercial Items apply
to this acquisition. 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 and Tax
Identification Number. The Government intends to award to the
responsible contractor whose quotation is the most advantageous to the
Government. The quotes will be evaluated on the following factors:
Part number compliance, past performance and price. The Contractor
shall provide past performance for same/similar products with other
Government Agencies, public or local Government for the past three
years. 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. All responsible sources may submit an offer which will
be considered by the agency. Any questions concerning this solicitation
can be directed to Ms. Diane Pearsin, Code 1163W7, e-mail
pearson_d@crane.navy.mil. Submit responses to Diane Pearson via fax at
812-854-3805 by 3:00 P.M. 11May 98. (0119) Loren Data Corp. http://www.ld.com (SYN# 0303 19980501\59-0021.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|