|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 47 -- PIPE, TUBING, HOSE & FITTINGS SOL N00189-99-Q-0009 DUE 082499
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 item. Proposals are hereby
requested under RFQ N00189-99-Q-0009, a subsequent solicitation
document will not be issued. FISC Acquisition Group Norfolk intends to
purchase on a sole source basis, 6,640 Foot of Polyurethane(VIM SKIN)
Hose, 10 RE @ 664 FT Per Reel with a + or -- 10 Percent variation in
quantity utilizing B F Goodrich Estane 53815. Specifications are as
follows: Inner Diameter: 3.210 Inches (+/- 0.015 Inches) Outer
Thickness: 0.156 Inches (+/- 0.010 Inches). Material: B F Goodrich
Estane 53815, Color: Translucent Green, Shade Not Critical. Inner and
Outer surfaces shall be free of cuts, sinks, material lumps, and other
discrete or clustered imperfections. The Hosewall body shall be free
of bubbles, foreign matter, and other obvious flaws. Regular surface
imperfections such as circumferential or longitudinal ridges, chatter
and "squeegee" marks, shall not exceed the mean local surface by more
than .020 inch, and shall be confined to the outside surface. Process:
Extrusion. Hose must be as cylindrical as possible when rolled out on
a production bench for floor, without built-in kinks, helical twisting
(end to end), or snaking (side by side). Must be shipped by motor
freight on wooden spool. Hose shipments shall be inspected before
offloading from trailer for evidence of cutting or chafing caused by
the trailer, or method of securing. Each shipping reel shall be marked
with the following information: Delivery address, Mft Name, address
and phone number, Requisition Number, Part Number, Number of pieces and
length of pieces on reel. Delivery is 5 Weeks/ARO. Fob Point:
Destination is Norfolk, Virginia, Marked for a naval installation. The
following FAR provisions and clauses apply to this solicitaiton and
are incorporated by reference: FAR 52.212-1 Instructions to
Offerors-Commercial Items, FAR 52.212-2 Eval-Commercial ITems, FAR
52.212-3 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
(DFAR) provisions and clauses apply to this solicitation and 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 Payments Program Certificate (DEC 1991), DFAR 252.212-7001 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) Datatbase" 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 Services to identify unique business entities. (3) "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 at the discretion of the parent business concern for such
purposes 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 solicitaiton, except for awards to
foreign vendors for work to be performed outside the United States. (5)
The oferor shall provide its DUNS or, if applicable, 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 appliciant 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 imemediately 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 his 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 or 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 24,1999. All offers shall be mailed to ; Norfolk
Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply
Center, 1968 Gilbert St., Suite 600, Attn: L. Mathews, Code 204.1,
Norfolk, Va 23511-3392, Reference RFQ N00189-99-Q-0009. CITE: (W-310
SN69296 Posted 08/06/99 (W-SN364675). (0218) Loren Data Corp. http://www.ld.com (SYN# 0316 19990810\47-0004.SOL)
47 - Pipe, Tubing, Hose and Fittings Index Page
|
|