|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 20 -- SHIP AND MARINE EQUIPMENT SOL N00189-99-Q-0023 DUE 082099 POC L.
Mathews (757)444-4069 DESC: This is a combined synopsis/solicitation
for a commercial item prepared in accordance with the format prescribed
in Subpart 12.6 of the FAR, as supplemented with additional information
included in this notice. This announcement constitutes the request for
the required items. Proposals are hereby requested under RFQ
N00189-99-Q-0023, a subsequent solicitation document will not be
issued. FISC Acquisition Group Norfolk intends to purchase, on a sole
source basis 88 Ea. Packing Assembly P/n 162160, 10 Ea. Sea Water
Detectors P/N LS-179400-SPST-NO-080,1 Ea. Overflow Detector P/n
LS-179400-SPDT-NO-050,10 Ea. Penetraton T Cable p/n
45490-05-05-030-LP,15 Ea. Penetration T Cable P/N 45490-05-05-050-LP,
2 Ea. Penetration Cable P/N 45490-05-020-080-LP,64 Ea. Jumper Cable P/N
45485-05-LP,2 Ea Jumper Cable P/N 45485-30-LP,2 Ea Jumper Cable P/N
45485-60-LP,1650 Ea. Single Cable Clamp P/N 2003SS, 398 Ea Butterfly
Cable Clamp P/N 1043SS,and 2294 Ea. Cable Insulator P/N 10236-4. The
manufacture is GEMS Sensors, One Cowles Road, Plainville, CT.Delivery
is 60 Days ARO. FOB POINT: Destination to Norfolk, Virginia 23511,
Marked for a Naval Activity. Offers other than FOB Destination shall be
ineligible for the award. The following FAR provisions and clauses
apply to this solicitation and are incorporated by reference: FAR
52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2
Eval-Commercial Items, FAR 52.213-1 Offeror Representations and
Certifications-Commercial Items, FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive Orders: The
following numbered subparagraphs under paragraph (b) of this apply:
(6),(7),(8), and (9), The RFQ document, provisions and clauses which
have been incorporated are those in effect through FAC 97-04. The
following Defense FAR Supplement are incorporated by reference, with
the exception of DFAR 252-204-7004 which will be in full text. DFAR
252-225-7000 Buy American Act-Balance of Payment Program Certificate
(DEC 1991), DFAR 252-2212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (FEB 1997). The following clause under
paragraph (b) of this clause apply: DFAR 252-225-7001. Award will be
made to the eligible, responsible offeror whose offer conforms to the
solicitation, and is the most advantageous in price to the government.
DFAR 252-204-7004 (MAR 1998), Required Central Contractor
Registration, (a) Definitions, As used in this clause -- (1) "Central
Contractor Registration (CCR) Database" means the primary DOD
repository for contractor information required for the conduct of
business with DOD. (2) "Data Universal Numbering System (DUNS) number"
means the 9-digit number assigned by Dun and Bradstreet Information
Service to identify unique business entites. (d) "Data Universal
Numbering System+4 (DUNS+4) number" means the Duns number assigned by
Dun and Bradstreet plus a 4-digit suffix that may be assigned by a
parent (controlling) business concern. This 4-digit suffix may be
assigned at the discretion of the parent business concern for such
purpose as identifying subunits or affiliates of the parent business
concern. (4)"registered in the CCR Database" means that all mandatory
information including the DUNS Number or the Duns+4 number, if
applicable, and the corresponding Commercial and Government Entity
(CAGE) code, is in the CCR database, the DUNS number and the CAGE code
have been validated; and all edits have been successfully completed.
(b) (1) By submission of an offer, the offeror acknowledges the
requirement that a prospective awardee must be registered in the CCR
database prior to award, during performance, and through final payment
of any contract resulting from this solicitation, except for awards to
foreign vendors for work to be performed outside the United States. (5)
The offeror shall provide its DUNS or, if applicble, its DUNS+4 number
with its offer which will be used by the Contracting Officer to verify
that a offeror is registered in the CCR database. (6) Lack of
registration in the CCR database will make an offeror ineligible for
award. (7) DOD has established a goal of registering an applicant in
the CCR database within 48 hours after receipt of a complete and
accurate application via the Internet. However, registration of an
applicant submitting an application through a method other than the
Internet may take up to 30 days. Therefore, offerors that are not
registered should consider applying for registration immediately upon
receipt of this solicitation. (c) The contractor is responsible for the
accuracy and completeness of the data within the CCR, and for any
liability resulting from the Government's reliance on inaccurate or
incomplete data. To remain registered in the CCR database after the
initial registration, the contractor is required to confirm on an
annual basis that it's information in the CCR database is accurate and
complete. (d) Offerors and contractors may obtain information on
registration and annual confirmation requirements by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil As a
minimum responsible sources should provide this office; a price
proposal on letterhead of a SF1449 for the requested items with unit
price, extended price, prompt payment terms, remittance address, and a
completed copy of FAR 52.212-3. Responses to this solicitation are due
by COB August 20, 1999. All offers shall be mailed to ; Norfolk
Acquisition Group, Hampton Roads Detachment, Fleet and Industrial
Supply Center, 1968 Gilbert St., Suite 600, Attn: L. Mathews Code
204.1, Norfolk, Virginia 23511-3392, Reference RFQ N00189-99-Q-0023.
CITE: (W-310 SN26926) CITE: (W-197 SN355071 Posted 07/28/99
(W-SN359995). (0209) Loren Data Corp. http://www.ld.com (SYN# 0260 19990730\20-0002.SOL)
20 - Ships and Marine Equipment Index Page
|
|