|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1998 PSA#2180Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 99 -- PACKING MATERIAL, KRAFT PAPER SOL N00244-98-T-0037 DUE 092698
POC Contracting Officer, Teddy Santos (619) 532-2918; Contract
Specialist, Brittney Terry (619) 532-2663; Fax (619) 532-1088 WEB:
Click here to learn more about FISC San Diego and additional,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the contract
specialist via, brittney_m_terry@sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-98-T-0037. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-05. This solicitation is
issued on an unrestricted basis, under Standard Industrial Code 2671
with a small business standard of 500 employees. FISC San Diego has a
requirement for the following items: ITEM 0001 is for seven hundred
twenty (720) rolls of Packing Material, Kraft Paper, 3-Ply Flexible.
MIL-P-29596, Type 1. Paper must be thirty (30) inches wide, four
hundred fifty (450) lineal feet per roll, thirty (30) weight paper, and
sixty (60) cubic feet per roll. Sixty (60) rolls to be delivered on a
monthly basis. Period of Performance 01 October 1998 through 30
September 1999. ITEM 0002 is for eleven (11) each Packing Converters
for ITEM 0001. Acceptance provisions same as ITEM 0001. Delivery at
time of award. Period of Performance 01 October 1998 through 30
September 1999. Specification sheets will need to be submitted. Bid is
all or none. Required delivery is to Fleet and Industrial Supply
Center, ATAC HUB, San Diego, CA 93125. Acceptance shall be at
destination. The following provision apply FAR 52.212-1, Instructions
to Offerors Commercial Items, Addendum to FAR 52.000-1, 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 complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and certifications Commercial Items. Clause FAR 52.212-4
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses; 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 Statues or Executive Orders Commercial Item
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, DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or 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. DFAR 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, applies with the following clauses
applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and
Balance of Payment Program, and DFAR 252.225-7012 Preference for
Certain Domestic Commodities. 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.
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
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions for all Line
Items. All responsible Offerors are to submit current pricing, delivery
time, payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number and all applicable specifications regarding this
solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later than 3:00 p.m.
PST, September 26, 1998 and will be accepted via FAX (619-532-1088)
Attn: Brittney Terry. Do not mail. Clause information can be downloaded
from the internet from the following addresses;
http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 09/11/98
(W-SN248627). (0254) Loren Data Corp. http://www.ld.com (SYN# 0384 19980915\99-0005.SOL)
99 - Miscellaneous Index Page
|
|