Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1999 PSA#2377

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

66 -- AERODYNAMIC PARTICLE SIZER SPECTROMETER SOL N0024499T0869 DUE 071299 POC Mike Alexander, Contract Specialist (619-532-2889), TEDDY SANTOS, Contracting Officer (619-532-2918 WEB: Click Here For More Information About FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Contact Mr. Alexander with questions concerning the, mike_k_alexander@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 N00244-99-T-0869. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. This solicitation is issued on an unrestricted basis, under Standard Industrial Code (SIC) 3829, Measuring and Controlling Devices, with a small business standard of 500 employees. FISC San Diego has a requirement for the following items: Total Quantity = 1 Aerodynamic Particle Sizer Spectrometer with aerosol instrument manager software that must be compatible with existing equipment: Thermo-Systems, Inc. (TSI) Electronic Aerosol Analyzer (EAA) model number 3030 controller and Aerosol Neutralizer model number 3077. Required delivery is four (4) weeks after contract award date. Delivery shall be made to: North Island Naval Air Station, Building 810, Attn: Gary Pateo, San Diego, CA 92135-7085. Hours of delivery will be from 0700 to 1500 (3p.m.) pacific standard time, Monday thru Friday, excluding holidays. Acceptance shall be at destination. The following provisions 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 do 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. For more information call 1-888-227-2423 or visit the internet web site http://ccr.edi.disa.mil. 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 description for Line Item 0001. In lieu of product literature, Offerors may otherwise articulate their understanding of the requirement through renderings. 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 that 3:00 p.m. PST, 12 July 1999 and will be accepted via FAX (619-532-2575) Attn: Mike Alexander. 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 06/25/99 (W-SN347493). (0176)

Loren Data Corp. http://www.ld.com (SYN# 0324 19990629\66-0012.SOL)


66 - Instruments and Laboratory Equipment Index Page