Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367

United States Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, ., 96328-5228

35 -- 35 -- TWO (2) SETS OF CONVEYORS, NEWSPAPER COUNTER STACKERS, AND A SINGLE SHRINK-WRAP SYSTEM FOR PACIFIC STARS AND STRIPES (PS&S) AT ROPPONGI, MINATO-KU, TOKYO, JAPAN SOL F62562-99-Q0920 DUE 063099 POC Takeshi Yano, Contract Specialist, Phone 81-42-552-3012, Fax 81-42-553-7786, Email takeshi.yano@yokota.af.mil -- Merry Sargent-Green, Chief, Commodities Flight, Phone 81-42-552-3012, Fax 81-42-553-7786, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F62562-99-Q09 20&LocID=646. E-MAIL: Takeshi Yano, takeshi.yano@yokota.af.mil. General Information Document Type: Presolicitation Notice Solicitation Number: F6256299Q920 Posted Date: Jun 11, 1999 Response Date: Jun 30, 1999 Classification Code: 35 -- Two (2) sets of Conveyors, Newspaper Counter Stackers, and a Single Shrink-Wrap System for Pacific Stars and Stripes (SP&S) at Roppongi, Minato-ku, Tokyo, Japan Contracting Address United States Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, APO 96328-5228 Description 061199 96328 35 374 CONTRACTING SQUADRON/LGCS, UNIT 5228, APO 96328-5228 35-Tow (2) sets of Conveyors, Newspaper Counter Stackers, and a Single Shrink Wrap System, on currently operating Goss Urbanite Presses located at Pacific stars and Stripes (PS&S), Roppongi, Minato-ku, Tokyo, Japan. F62562-99-Q0920 063099 Takeshi Yano, Contract Specialist, Commercial Phone 011-81-42-552-3012, Fax 011-81-42-553-7786, e-mail takeshi.yano@yokota.af.mil, Merry K. Sargent-Green, Contracting Officer, Commercial Phone 011-81-42-552-3012, Fax 011-81-42-553-7786, e-mail: merry.green@yokota.af.mil (i) SCHEDULE -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not issued. This synopsis shall serve as Request for Quotation, numbered F62562-99-Q0920 which seeks quotations based on the information contained in this synopsis. This synopsis/solicitation provisions and clauses are those in effect through Federal Circular 97-11. This solicitation is not set aside for small businesses. Offers are due on or before 30 Jun 99, 02:00 p.m. Japan Standard Time. (II) SUPPLIES -- This synopsis/solicitation is requesting the purchase and install two (2) sets of conveyors, newspaper counter stackers and a single shrink-wrap systems, on currently operating Goss Urbanite presses. TheContractor shall provide supervision, equipment, tools, materials, and all other items or services to satisfactorily complete the installation. EQUIPMENT REQUIREMENTS: The installation will consists of removing two existing wire conveyors and replacing them with a belt style conveyor on both presses. Tow (2) new counter stackers will replace the current Idab stackers, and one (1) new shrink-wrap should be added to replace the present machine. In addition some conveyors will have to be replaced to transport the bundles to the loading dock. As an optional item include pricing for replacement of a conveyor and two (2) truck loading conveyors with extension bridges, on the shipping dock. A diagram of the area is enclosed with these requirements. WARRANTY AND REPLACEMENT PARTS: a. Provide a description of the coverage and length of warranty. b. Defective parts shall be returned to the Contractor for repair or replacement, and the Contractor will replace the part at no expense to the government and pay all costs of shipping the returned parts both ways during the warranty period. c. In case of an emergency situation, the replacement part shall be accomplished after the the emergency. d. In the event warranty work must be performed after completion of the installation and within the continuing warranty period, the Contractor will assume responsibility for the cost of repairman's time, per diem, travel, and all expenses involved in the repair work. TRAINING: a. A period of training shall be specified with the understanding PS&S's maintenance people have very limited English capability or none, and require additional translation help, which will increase the time to accomplish the training. This training shall ensure that PS&S personnel are fully and adequately capable of making minor repairs and troubleshooting problems. Training will be at Contractor's expense, and at no cost to the government. This training shall be in both Japanese and English Languages. b. After completion of the installation and training, the Contractor shall specify a test period, which must be conducted with PS&S personnel present to evaluate the performance and satisfactory condition of the equipment. Any deficiency unresolved shall be documented with copies submitted to the Contractor and the 374th Contracting Squadron/LGC for correction. c. PS&S shall be supplied with two (2) copies of operating and parts manuals, schematics, prints, diagrams and troubleshooting procedures for retention by the Maintenance Departments and Production Office. Shipping and cost thereof should be estimated to: CCP-DDJC -- San Joaquin, Consolidation & Container Point, Building #208, Lathrop, CA 95330-0130. Mailing address: Pacific Stars and Stripes, Unit 45002, APO AP 96337-5002, Physical Plant Address: Pacific Stars and Stripes, 7-23-17, Roppongi, Minato-ku, Tokyo, JA 106-0032 (Note: PS&S as a government entity, is exempt from any tax liability). For further information contact: Merry K. Sargent-Green, 374th Contracting Squadron/LGC, Unit 5228, Bldg 620, Yokota Air Base, Tokyo, Japan, APO AP 96328-5228, Phone 011-81-42-552-3012, Fax: 011-81-42-553-7786, e-mail: merry.green@yokota.af.mil. The delivery of supply shall be completed within 30 calendar days after receipt of order by the Contractor. (III) PROVISIONS AND CLAUSES -- The following FAR rovisions/ clauses are applicable to this solicitation: 52.212-1, Instruction of Offerors-commercial, 52.212-2, Evaluation-Commercial Items, for the purpose of this clause the blank(s) are completed as follows, (a) (1) price and (2) technical capability of the item offered to meet the Government. 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (IV) PRESENTATIONS AND CERTIFICATIONS -- Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certification-Commercial Items. (V) BASIS OF AWARD -- Award will be based on the price and priced related factors. Proposals must be submitted in writing and must address all evaluation factors. 1. Contractors must be registered in Central Contractor Registration. Facsimile offers will be accepted. Any questions regarding the solicitation can be faxed to 011-81-42-553-7786. All responses from responsible sources will be fully considered. <EMAIL> <ADDRESS>takeshi.yano@yokota.af.mil <DESC>374 Contracting Squadron/LGCS <PRESOL> Posted 06/11/99 (D-SN341728). (0162)

Loren Data Corp. http://www.ld.com (SYN# 0209 19990615\35-0001.SOL)


35 - Service and Trade Equipment Index Page