Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1998 PSA#2116

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

78 -- BLEACHERS SOL N00244-98-Q-0250 DUE 061798 POC Point of Contact is Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and additional, http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote electronically and/or, gwen_young@fmso.navy.mil. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. This requirement, originally published in CBDNet on 5/13/98 as a Total Small Business Set-aside Action, is hereby republished on an UNRESTRICTED basis. The deadline for quotes is extended to 6/17/98, 3 p.m. Pacific Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.6 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/RFQ N00244-98-Q-0250 applies. This 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 code is 2531 and the business size standard is 500 employees. The agency need is for "FORWARD FOLDING SYSTEMS BLEACHERS". This requirement is for a fixed priced contract for four (4) line items as follows. "Brand Name or Equals" will be considered. Name of Manufacturer: Interkal Inc located in Kalamazoo, MI. The following salient characteristics are applicable -- LINE ITEM 0001: Quantity one (1) each -- TELESCOPIC, FORWARD FOLDING SYSTEMS BLEACHERS: 14.4m x 4.6m, 2 sections, 8-row, 10-inch wall attached friction, 24'8" long, 10-1/4" rise, 24-inch span, with foot level aisles and self storing end rail one side. Operates on 3-phase, 208 volts, 60Hz. Finish color: medium blue. LINE ITEM 0002: Quantity two (2) each -- TELESCOPIC, FORWARD FOLDING SYSTEMS BLEACHERS: 7.8m x 3.4m, 2 sections, 6-row, 10-inch wall attached friction, 13'4" long, 10-1/4" rise, 24-inch span, with foot level aisles and self storing end rail one side. Operates on 3-phase, 208 volts, 60Hz. Finish color: medium blue. LINE ITEM 0003: Quantity one (1) each -- TELESCOPIC, FORWARD FOLDING SYSTEMS BLEACHERS: 6.4m x 3.4m, 1 section, 6-row, 10-inch wall attached friction, 23'0" long, 10-1/4" rise, 24-inch span, with foot level aisles and self storing end rail one side. Operates on 3-phase, 208 volts, 60Hz. Finish color: medium blue. LINE ITEM 0004: Quantity one (1) each -- TELESCOPIC, FORWARD FOLDING SYSTEMS BLEACHERS: 5.5m x 3.4m, 1 section, 6-row, 10-inch wall attached friction, 20'0" long, 10-1/4" rise, 24-inch span, with foot level aisles and self storing end rail one side. Operates on 3-phase, 208 volts, 60Hz. Finish color: medium blue. Delivery of all items is required 30 days after award of contract to be delivered to: Receiving Officer, Naval Construction Battalion Center, 1000 23rd Avenue, Port Hueneme, CA 93043-4301. Mark for: YNA290. Notice not included in original advertisement -- these items are to be shipped to Port Hueneme for transshipment to Japan. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their quotes: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. Addendum to DFARS 252.212-7001: DFARS 252.211-7003, Brand Name or Equal. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far OR www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but MUST INCLUDE the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), FOB point (FOB Destination is preferred; if quoting FOB Origin, please indicate city/state and shipping charges), and the company's CAGE Code, Dun & Bradstreet number (you can apply for one at http://www.dnb.com/aboutdb/dunsform.htm or by calling 1-800-333-0505.), and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, 6/17/98, and will be accepted via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. DO NOT mail. See Numbered Note(s) 13. (0162)

Loren Data Corp. http://www.ld.com (SYN# 0394 19980615\78-0001.SOL)


78 - Recreational and Athletic Equipment Index Page