Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1999 PSA#2393

Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001

30 -- GENERATOR KIT SOL N00164-99-Q-0223 DUE 080399 POC Ms. Hilda Quillen, telephone 812-854-2422, fax 812-854-5666, e-mail quillen_h@crane.navy.mil WEB: Naval Surface Warfare Center, Crane Division's homepage, www.crane.navy.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 solicitation. Proposals are being requested and a written solicitation will not be issued. Solicitation number N00164-99-Q-0223 applies and is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 and Defense Acquisition Circular 91-13. The standard industrial classification is 3621 and the business size standard is 1,000 employees or less. This requirement is for a firm fixed price contract for 3 each Generator kits consisting of a modified COTS generator, railing system, remote control/meter panel, electronic governing system and a 23-volt starting capability (24 volt Alternator) as specified in the Statement of Work. Statement of Work can be downloaded at www.crane.navy.mil. The Government requires delivery of the generator kits as soon as practicable. Offerors are requested to submit pricing for delivery of the entire requirement on the basis of a delivery schedule of 45 days after award of contract. Shipping shall be F.O.B. NSWC Crane, IN, with inspection and acceptance at destination. All responsible sources may submit an offer, which will be considered by the Agency. A firm-fixed price purchase order will be awarded using Simplified Acquisition Procedures (SAP). This procurement is reserved 100% for Small Business concerns. The following FAR/DFARS clauses and provisions apply to this acquisition: 52.203-3 Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions -- Commercial Items; 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-8 Utilization of Small Business Concerns and Small disadvantaged Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies; 52.225-9 Buy American Act -- Trade Agreements Act -- Balance of Payments Program; 52.225-18 European Union Sanctions for End Products; 52.225-19 European Union Sanctions for Services; 52.225-21 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program, 252.212-7001 Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 1998), 252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data Commercial Items apply to this acquisition. The contractor shall extend to the Government the full coverage of any commercial warranty, provided such warranty is available at no additional cost. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items. Each offerors shall also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. SPECIAL NOTICE: The Director, Defense Procurement have revised DFARS to require contractors to be registered in the Central Contractor Registration (CCR) as a condition for receipt of contract award effective 1 June 1998. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ http://ccr.edi.disa.mil. For further details regarding therequirements of CCR, offerors are advised to review the requirements of DFARS 252.204-7004. The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering technical specification compliance, past performance, and price. Technical specification compliance and past performance are equal in importance, and when taken together are significantly more important than price. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Quotations, and the above required information must be received in this office on or before 3 August 1999 at 12:00 PM (Noon) Eastern Standard Time. Mailing address is NAVSURFWARENDIV Crane, Code 1164E1, 300 Hwy 361, Crane IN 47522-5001 or fax to Ms. Brenda Wood at 812-854-3465 or email wood_bk@crane.navy.mil. Posted 07/20/99 (W-SN356233). (0201)

Loren Data Corp. http://www.ld.com (SYN# 0320 19990722\30-0001.SOL)


30 - Mechanical Power Transmission Equipment Index Page