|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#2119Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 39 -- MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (REPLACEMENT PARTS)
SOL N00244-98-Q-0305 DUE 063098 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 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 visit the Internet at http://ccr.edi.disa.mil for
more information. This announcement is published as a Total Small
Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you
must be a small business, quoting the product of a small-business
manufacturer); all eligible, responsible sources may submit an offer.
This is a combined synopsis/solicitation for commercial items prepared
in accordance with FAR 13 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-0305 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 3535 and the business
size standard is 500 employees. The agency need is for
replacement/repair parts to be used on a Supreme Mini-Stacker Retrieval
System. This requirement is for a fixed priced contract for nine (9)
line items as follows. Quotes will be accepted on a "Brand Name or
Equal" basis. The following brand name products are known to be
acceptable- LINE ITEM 0001: Supreme part number 55AG019, Module (SCR),
quantity of four (4) each; LINE ITEM 0002: Supreme part number
55BB081, Motor, extractor (3/4 HP 70V 12 amp, 3450 rpm), quantity of
five (5) each; LINE ITEM 0003: Ultra Tech part number 56CA107, Drive
wheel assembly; LINE ITEM 0004: Ultra Tech part number 57EA244, Cable
assembly (platform signal, 47-foot), quantity of two (2) each; LINE
ITEM 0005: Ultra Tech part number 57EB134, PC board (horizontal power
amp), quantity of two (2) each; LINE ITEM 0006: Ultra Tech part number
57EB136, PC Board (extractor amp), quantity of two (2) each; LINE ITEM
0007: Ultra Tech part number 57EA245, Cable Assembly (vertical power,
47-foot), quantity of one (1) each; LINE ITEM 0008: Ultra Tech part
number 57EB118, PC Board (O/I), quantity of two (2) each; LINE ITEM
0009: Ultra Tech part number 57EB119, PC Board (misc.), quantity of two
(2) each. The following salient characteristics are CRITICAL/ESSENTIAL
to the Government -- a) all items must be compatible with existing
government-owned Supreme Mini-Stacker Retrieval System. All items are
to be delivered to: Receiving Officer, Defense Distribution Depot,
Naval Station Bldg 3304, San Diego, CA 92136. Mark for: S. Wiley.
Inspection/Acceptance shall be made at destination. 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 ata 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 PROVISION WITH
THEIR PROPOSALS: 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; and addendum
provision 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 (only).
Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph
(a) completed as follows: Award will be made to the offeror that meets
the solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
certify that the products offered are compatible as outlined in the
above purchase descriptions. 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), anticipated delivery/availability of product/s, the company's
CAGE Code, Dun & Bradstreet number, 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, 6/30/98, 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) 1, 13. (0167) Loren Data Corp. http://www.ld.com (SYN# 0259 19980618\39-0001.SOL)
39 - Materials Handling Equipment Index Page
|
|