|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1998 PSA#2141National Imagery and Mapping Agency, Attn: PCU MS D-88, 4600 Sangamore
Road, Bethesda, MD 20816-5003 35 -- SEAL IMAGE LAMINATORS SOL NMA201-98-R-0085 DUE 080598 POC
Contact Karen Eichelberger (301) 227-7847/FAX (301) 227-5573 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with FAR Part 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. This solicitation is issued as a
Request for Proposal (RFP) Number NMA201-98-R-0085. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-04 and Defense FAR Supplement
91-13. The National Imagery and Mapping Agency will procure the
following brand name items: CLIN 0001 -- (2) each Seal Image 400S
Laminator; CLIN 0002 (2) each Seal Image 400S Laminator Stand; CLIN
0003 (1) each Seal Image 600S Laminator with Stand; CLIN 0004 (6) each
Print Guard UV Luster Finish Laminating Material 38"x150'; CLIN 0005
(3) each Print Guard UV Luster Finish Laminating Material 51"x150';
CLIN 0006 (6) each Print Guard UV Satin Matte Finish LaminatingMaterial
38"x150'; CLIN 0007 (3) each Print Guard UV Satin Matte Finish
Laminating Material 51"x150'. All commercially available supporting
documentation to the laminators shall be provided at no additional
cost. Delivery is FOB destination to NIMA, Washington Navy Yard, 1200
First Street, SE, Washington, DC 20303. Delivery shall be accomplished
between the hours of 0900 and 1400 local time exclusive of Saturdays,
Sundays, and federal holidays, 30 days after award. The Provision
52.212-1, Instruction for Offerors -- Commercial Items, applies to this
acquisition. Interested parties shall submit offers, which include the
11 items outlined in FAR 52.212-1(b). The Provision 52.212-2,
Evaluation -- Commercial Items, is hereby incorporated by reference
with the following addenda included: Award will be made to that
technically acceptable offer of the brand name items who is determined
to offer the best value to the government. The evaluation factors are
technical acceptability of brand name, price (to include life cycle
cost), and past performance (data may be requested at a later date).
Offerors shall include a competitive commercial price list, a complete
copy of the Provisions 52.212-3, Offeror Representations and
Certifications -- Commercial Items with the offer. The Clause 52.212-4,
Contract Terms and Conditions -- Commercial Items, is hereby
incorporated by reference. The Clause 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items, is hereby incorporated by reference and the following
clauses are applicable: 52.222-26, 52.222-35, 52.222-36, and 52.222-37.
The Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders applicable to Defense
Acquisitions of Commercial Items, is hereby incorporated by reference
and the following clause is applicable: 252.225-7001. The offer shall
comply with Clause 252.204-7004 Required Central Contractor
Registration (For information call 1-888-227-2423 or via Internet at
http://ccr.edi.disa.mil). Offers are to be delivered to the National
Imagery and Mapping Agency address listed above, ATTN: Karen
Eichelberger, PCU, MS D-88, no later than August 5, 1998, 3:00 P.M.,
local time. Facsimiles will be accepted to facsimile number stated
above. The offeror agrees to hold the prices in its offer firm for 30
calendar days from the date specified for receipt of offers, unless
another time period is specified. Posted 07/17/98 (I-SN225111). (0198) Loren Data Corp. http://www.ld.com (SYN# 0333 19980721\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|