Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

United States Air Force, Air Combat Command, 49 CONS, P O Drawer S, 1210 Forty Niner Avenue, Holloman AFB, NM, 88330-1601

39 -- TROMMEL SOL F29651-99-Q0290 DUE 040599 POC Jim Loeffler, Contract Specialist, Phone 505-475-7503, Fax 505-475-7333, Email jim.loeffler@holloman.af.mil -- Gloria Estrella, Contract Specialist, Pho ne 505-475-5293, Fax 505-475-7333, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F29651-99-Q029 0&Lo cID=961. E-MAIL: Jim Loeffler, jim.loeffler@holloman.af.mil. 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 soli citation; proposals are being requested and a written solicitation will not be i ssued. Solicitation number: F2965199Q0290. This solicitation is being issued as a request for quotation (RFQ). This solicitation document and incorporated provi sions and clauses are those in effect through Federal Acquisition Circular 97-11 . This acquisition is 100% set aside for small business. The size standard is 75 0 employees. The Standard Industrial Classification code is 3531. This RFQ conta ins one (1) contract line item number (CLIN): CLIN 0001 Trommel Screen with atta ched output conveyors, 1 ea., 130 horsepower diesel engine, 42 inch feed conveyo r, variable speed 6 foot by 28 foot drum, 5 one piece drum panels, 2 eleven foot high output conveyors, Enviroquip Systems Inc., Re-Tech Division P/N P627E Eliminator 3 or equal. _Or equal_ offers should include existing pr oduct literature to the extent necessary to allow evaluation for technical accep tability. FOB: Destination. Acceptance: destination. Delivery to: 49 CES/CEV, Bl dg. 55, 550 Tabosa Ave. Holloman AFB, NM 88330. Delivery date no later than 31 M ay 1999. The following Federal Acquisition Regulation (FAR) provisions and claus es apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial I tems, FAR 52.212-2 Evaluation- Commercial Items, offers shall be evaluated for p rice, technical acceptability, warranty, adherence to applicable clauses, provis ions, delivery schedule, and satisfactory performance record, FAR 52.212-4 Contr act Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Condi tions Required to Implement Statutes or Executive Orders-Commercial Items, in co mpliance with this clause, the following additional FAR clauses are incorporate d as part of and apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10, Priceor Fee adjustment for illegal or Improper activity, 52.219-8 Utilization of Smal l Business Concerns and Small Disadvantaged Business Concerns, 52.219-14, Limita tion on Subcontracting, 52.222-26, Equal Opportunity, 52.222.35, Affirmative Act ion for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped workers, 52.222-37 Employment Reports on Special Disabled Veter ans and Veterans of the Vietnam Era, 52.225-3, Buy American Act-Supplies, 52.252 -2, Clauses Incorporated by reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clause applies: 252.212-7001 Contract Terms and C onditions Required to Implement Statutes or Executive Orders Applicable to Defen se Acquisitions of Commercial Items. In compliance with this clause the followin g additional DFARS clauses are incorporated as part of and apply to this acquisi tion: 252.225-7012, Buy American Act and Balance of Payment Program, 252.225-7012, Preference for certain Domestic Commodities, 252.225-7014, P reference for Domestic Specialty Metals, 252.225-7015, Preference for Domestic H and or Measuring Tools, 252.243-7002, Certification of Requests for Equitable Ad justment. _OFFEROR SHALL PROVIDE A COMPLETED COPY OF FAR 52.212-3 WITH THEIR QUO TE._ The Offeror is required to provide their Contractor_s DUNS Number and Comme rcial and Government Entity (CAGE) code with their offer. The CAGE code entered must be for that name and address provided by the contractor. Offers are require d to be registered in the Central Contractor Registration database (CCR). The re sponse date is 5 April, 1999 (All responses to this solicitation must be receive d by this date). Responses may be mailed to: 49 CONS/LGCS, PO Drawer S, Holloman AFB, NM 88330-1601. Facsimile transmissions will be accepted at (505)475-7333. Questions regarding this solicitation may be directed to James Loeffler at (505) 475-7503. All responsible sources may submit an offer which will be Posted 03/23/99 (D-SN311583). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0266 19990325\39-0001.SOL)


39 - Materials Handling Equipment Index Page