Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

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

65 -- SUPPLIES FOR A COULTER T-890 SOL N00244-99-T-A999 DUE 081999 POC Joan Balazs FAZ 619-532-2347 e-mail joan_balazs@sd.fisc.navy.mil Phone 619-532-2892 WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via, joan_balazs@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-A999. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This solicitation is issued on a restricted basis, under Standard Industrial Code 5122 with a small business standard of 100 employees. FISC San Diego has a requirement for the following items for a base period of nine (9) months (January 1, 2000 through September 30, 2000 and three (3) option years for the following items. CLIN 0001, Streck Material for a Coulter T-890 Autoanalyzer (eight (8)boxes per QTR) Part Number H42130A (18 X 2.5ML) or equal, QTY 24 Boxes. CLIN 0002, Part Number H41994A Streck T-Pack, 10 Liter for a Coulter T-890 Autoanalyzer or equal (forty (40) boxes per QTR) or equal, QTY 120 boxes. CLIN 0003, Part Number H41268A, 5X3ML Streck Calchex for a Coulter T-890 Autoanalyzer or equal (four (4) boxes per QTR) QTY 12 boxes. CLIN 0004, Part Number FS22177659 Streck Patient Form Tickets for a Coulter T-890 Autoanalyzer or equal, (five (5) boxes per QTR. QTY 15 Boxes. On option years quantities would be increased by one QTR. Note: All Reagents must have at least six (6) months remaining on shelf life prior to shipment of material. Reagents to be mailed out from contractor on first day of each quarter (1 Jan 2000, 1 April 2000, 1 July 2000. The Government Purchase Card will be used as a payment if this procedure is acceptable to the contractor. Required delivery is to Camp Pendleton, California. Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, 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 well as the following addendum clauses; FAR 52.211-5, New Material, 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, FAR 52.217-5 Evaluation of Options. FAR 52.217-7 Option for Increased Quantity -- Separately Priced Line Item. FAR 52.217-9 Option to Extend the Term of the Contract 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. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. 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 252.225-7000 Buy American Act -- Balance of Payments Program Certificate, 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 descriptions for Line Items 0001-0004. 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, 19 August 1999 and will be accepted via FAX (619-532-2347) Attn: Joan Balazs Clause information can be downloaded from theinternet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/04/99 (W-SN363449). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0384 19990806\65-0006.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page