Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 10,1999 PSA#2429

Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000

80 -- ABLATIVE PANELS SOL N00181-99-Q-0526 DUE 091099 POC Ronda Rothermel, (757)396-8023 E-MAIL: Contracting Officer, rothermelrj@nnsy.navy.mil. DESC: IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/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 1-888-227-24223 or visit the Internet at http://ccr.edi.disa.mil for more information. FISC, NNSY, has a requirement for: LINE ITEM 0001 Ablative Panels, 72" x 72" x 1", to be phenol-formaldehyde resin panels, 1 inch thick, Haveg 41N, 6 each.; LINE ITEM 0002 Ablative Panels, 72" x 72" x 1", to be phenol-formaldehyde resin panels, 1 inch thick, Haveg 41N, 1 each., MATERIAL SAFETY DATA SHEET REQUIRED WITH MATERIAL. This is a SOLE SOURCE acquisition and must be manufactured by Ametek, Inc., Haveg Division. Delivery is required NLT 1 December 1999. Offers shall include manufacturer, payment terms, and anticipated delivery. 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 written solicitation will not be issued. Solicitation Number N00181-99-Q-0526 applies. All items are to be delivered to NNSY, Receiving Officer, Bldg 276, Portsmouth, VA 23709-5000. Inspection/acceptance at destination. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 and the Defense Federal Acquisition Circular 97-10, 1998 Edition. FAR 52.203-6, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.246.2 and 52.247-34 and DFAR 252.212.7001, 252.225-7 and 252.225-7012 apply to this acquisition.Past performance will be evaluated using the Navy's Red/Yellow/Green program as follows: (A) This procurement is subject to the Navy's Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet-materials, parts and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractors' quality performance history. The price to be considered in determining best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled "ADDITIONAL EVALUATION FACTORS-CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992)" will be used by the Contracting Officer to assist in determining the best purchase value for the Government-price, past quality performance, and other factors considered Offeror shall includea completed copy of the provision at 52.212-3 Offer representation and certfication-commercial items. NNSY's mercury free clause applies. A copy of clause is available upon request. Offer shall be evaluated for fair and reasonable price, technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance record. Standard industrial code is 3087; business size standard is 500 employees. This procurement is being conducted under simplified acquisition procedures. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc). But must include the following information: (1) Company's complete mailing and remittance address; (2) Discounts for prompt payment; (3) Anticipated delivery of material; (4) Cage code; (5) Dun & Bradstreet Number (DUNS); (6) Taxpayer ID number; (7) Location of manufacturing facility. Important Internet addresses: 1) Federal Acquisition Regulations (FAR) at http://www.gsa/gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http://www.dtic.mil/dfars. Questions/responses to this solicitation should be faxed to 757-396-9895 or mailed to Fleet & Industrial Supply Center, NNSY Annex, Code 532.30, Bldg. 1500, 2nd Fl, Attn: Ronda Rothermel, Portsmouth, VA 23709-5000 or via e-mail. Offers are due by close of business September 10 1999. Numbered Note 22 applies. Posted 09/08/99 (W-SN377217). (0251)

Loren Data Corp. http://www.ld.com (SYN# 0229 19990910\80-0001.SOL)


80 - Brushes, Paints, Sealers and Adhesives Index Page