|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 J -- ANNUAL RENEWAL MAINTENANCE FOR PERKIN ELMER EQUIPMENT SOL
N00189-99-T-H625 DUE 092399 POC Yvonne Davis, 757-443-1329 or David
Zareczny 757-443-1431 This is a combined synopsis/solicitation for
commercial items 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
quote for the required items. Proposals are hereby requested under RFQ
N00189-99-T-H625, a subsequent solicitation document will not be
issued. FISC Acquisition Group Norfolk intends to annual
maintenance/service contract on a sole source basis the following item,
12 MO, 5100 AA Instrument Ser#146812; 12 MO AA Software Ser#146812; 12
MO, 5100PC AA Instrument SER # 145757; 12 MO AA Software SER#146812;
12 MO 5100 ZLFurance module AA SER#8097; 12 MO, 5100zL Furnace Modul AA
SER# 8229; 12 MO Aanalyst 300 AA Instr. SER# 041N8011002; 12 MO, AS70
Furance Autosampler SER #6014; 12 MO AS70 Furnance Autosampler SER#
146812A1; 12 MO, AS90 Flame Autosampler, SER# 1689; 12 MO AS91 Flame
Autosampler SER# 3748; 12 MO OPTIMA3300DV ICP Instr. ; 12 MO, ICP
Software; 12MO, AS91 Flame Autosampler; 12 MO Peristaltic Pump
Assembly; 12 MO, NESLAB Chiller Cooling Sys; 12 MO HPLaser JET4000; 12
MO ISS 100 Autosampler SER# 616602; 12 MO, LC240 LC FLR Detector SER#
26708; 12 MO, LC95 Detector SER# 951N2072703, 12 MO, 250 PUMP Liquid
Chromatograph SER# 140761; Suggested Source Perkin Elmer Corp, Norwalk,
CT 06859-0270. FOB Point: Destination to Norfolk, VA 23511. Service Oct
01, 1999 thru Sept 30, 2000.Offers other than FOB destination shall be
ineligible for the award. The following FAR provisions and clauses
apply to this solicitations and are incorporated by reference: FAR
52.212-1 Instructions to Offerors-Commercial Items, (JUN 1999), FAR
52.212-3 Offeror Representations and Certifications-Commercial Items
(JUN 1999),FAR 52.212-4 Contract Terms and Conditions-Commercial Items
(MAY 1999), 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), FAR 52.215-5 Facsimile Proposals (OCT 1997), FAR 52.246-15
Certificate of Conformance (APR 1984), (for payment purposes only), FAR
52.232-33 Payment By Electronic Funds Transfer-Central Contractor
Registration (MAY 1999), Information Technology (IT)-Year 2000 (Y2K)
Compliant (OCT 1999). The RFQ document, (N00189-99-T-H625), provisions
and clauses which have been incorporated are those in effect through
FAC 97-12. 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 (MAR 1998), 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 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 by a parent (controlling) business concern.
This 4 digit suffix 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 mandatroy 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 applicable, its DUNS +4 number with its offer, which will
be used by the Contracting Officer to verify that the 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 its 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 September
14,1999. Offers can be faxed to (757-443-1389/1333) or mailed; Norfolk
Acquisition Group, Hampton Roads Detachment, Fleet & Industrial Supply
Center, 1968 Gilbert St., Suite 600, Attn: David C.Zareczny, Code
02H5B, Norfolk, VA.23511-3392. Reference RFQ N00189-99-T-H625. Posted
09/09/99 (W-SN378597). (0252) Loren Data Corp. http://www.ld.com (SYN# 0075 19990913\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|