Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1998 PSA#2105

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

36 -- BOXMAKER & SLITTER/CREASER SOL N00604-98-Q-B703 DUE 061698 POC Joeanne Fletcher-Myles, (808) 474-2397, Ext. 106, Purchasing Agent, Marguerite Mattson, Contracting Officer! 17. BOXMAKER & SLITTER/CREASER SOL N00604-98-Q-B703 DUE 061698. 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N00604-98-Q-B703 applies and is issued as a Request For Quotation (RFQ). All references to "offers" are understood to be "quotations". This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. This requirement is a 100% small business set-aside .The standard industrial code is 3565 the business size standard is 500 employees. A list of contract line item number(s) and items, and quantities are : Clin 0001, 1 each BOXMAKER, must be able to make two styles of fiberboard box. RSC and Full Telescope box as a minimum, able to cut to the following as a minimum: max. any length min. 2": width: max. 43", min.- 2": height: max. 43": min. 2", power requirement 220V; air requirements: 60-80 psi; slot length: 508mm; slot width: 6mm, able to cut double wall fiberboard sheet, machine must be able to be preprogrammed to different styles for fiberboard box, machine must be able to fit into a limited space. Overall dimensions must not exceed any of these dimensions; length 115"; width 52"; height 54", Note: This is a machine that makes corrugated fiberboard type boxes. Clin 0002, 1 each SLITTER/CREASER, must be adjustable to cut in the range from 1" to 48"; able to crease fiberboard sheet stock; power requirements; 220V, machine must be able to fit into a limited space. Overall dimensions must not exceed any of these dimensions; length 102"; width 62", height 47", Working Area: Machines to be installed in an area 167" x 120". Working space between Boxmaking and Slitter/Creaser must be four feet at a minimum. Installation: Vendor to install and connect air and electrical lines to both machines; Training: Vendor to provide training on the use of both machines, Maintenance: Vendor to be able to provide or recommend a local source for maintenance of machines. Delivery is to be made FOB Destination to Fleet & Industrial Supply Center, Bldg. 475, Pearl Harbor,, HI 96860 within 45 days after receipt of contract. Acceptance shall be made at destination. FAR 52.212-1, Instructions to Offerors -- Commercial Items is incorporated by reference and applies to this acquisition. 52.212-2, "Evaluation Commercial Items" is incorporated by reference and applies to this acquisition.. The Government will award a purchase order resulting from the RFQ to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotations (1) technical capability of the item, (2) price and (3) warranty. Offerors shall include a completed copy of the provision at FAR 52.212-3, "Offeror Representations and Certifications Commercial Items" with its quotation. In addition, offerors shall include a completed copy of the provision at DFARS 252.212-7000, "Offeror Representations and Certifications Commercial Items" with its quotation. FAR 52-212-4, "Contract Terms and Conditions Commercial Items" is incorporated by reference and applies to this acquisition and resulting purchase order. The following terms and conditions are added as an addendum to this clause. The resulting purchase order will be a firm-fixed-price purchase order. FAR 52.232-33, "Electronic Funds Transfer Payment" is incorporated by reference. FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items" applies to this acquisition along with the following additional FAR clauses, cited in clause 52.212-5; 52-226-26, "Equal Opportunity", 52.222-35, "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36, "Affirmative Action for Handicapped Workers", 52.225-3, Buy American Act Supplies (41 U.S.C. 10)"; 52.225-21, "Buy American Act North American Free Trade Implementation Act Balance of Payments Program". DFARS 252.212-7001, "Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items" applies to this acquisition along with the following additional DFARS clauses, cited in clause 252.212-7001: 252-225-7001, "Buy American Act and Balance of Payment Program" and 252.225-7007, "Trade Agreements". Simplified Acquisitions Procedures apply. Offers responding to this announcement 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. The government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposal which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. All responsible offerors shall submit fax quotes to Joeanne Fletcher-Myles, 808-471-0811/8865. The written quotes and the above required information must be received at this office on or before 16 June 1998, 4:00 p.m., Hawaiian Standard Time. Quotations may be sent to: Regional Contracting Department, Fleet & Industrial Supply Center, First Deck, 1942 Gaffney Street Suite 100, Pearl Harbor, HI 96860-4549. See Note 1 ***** (0147)

Loren Data Corp. http://www.ld.com (SYN# 0164 19980529\36-0001.SOL)


36 - Special Industry Machinery Index Page