Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1999 PSA#2488

Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609

34 -- SHEAR, INDUSTRIAL SOL M00681-00-T-0079 DUE 120899 POC SSgt Baker fax 760 725 8445/4346 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 a written solicitation will not be issued. The solicitation number is M00681-00-T-0079 and this is a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 97-12 and DAC 91-13 . This is a 100% small business set aside under simplified acquisition procedures; the standard industrial code is 3542 and the small business size standard is 500 people. The following item is intended to be purchased for the Government: (1) Shear, MFG. Betenbender Model 6-375 (6ft x 3/8") thickness capacity 3/8", overall cut length 6 ft, power back gauge 36",standard squaring arm w/scale 4ft, power rake adjustment, blades w/four cutting edges -- with options as follows: (2) two 48" front supportarms, pneumatic sheet support, 208 volt 3-phase operation, electronic stroke control, extended squaring arm length disappearing stops for support arms, light beam gauge (shadow line),one shot lube system. If like item is being quoted please provide all literature describing item being quoted. All responsible sources may submit an offer by providing descriptive literature of how your equipment meets the needs of the Government, past performance of at least two recent references where the contractor has sold the same products, and a statement that addresses each of the following areas: (1) the commercial warranty for the item (parts, labor, and shipping information and cost), (2) how the contractor will arrange for an exchange of an exact item when the Government exercises the warranty and the costs involved for the Government, if applicable, (3) the procedures the contractor will utilize to pickup the failed item and replace with a new part, and (4) the country of origin of the item by the completion of DFAR252.225-7035. The Government will evaluate the technical capability of the product to meet the Government's needs, warranty, delivery, and price. All Contractors submitting an offer are reminded that you must be registered in the Central Contractor Registration database to be considered for award. The following FAR/DFAR provisions apply: FAR 52.212-1 Instructions to Offerors -- Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items with the following applicable clauses for para (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, and FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; DFAR 252.225-7008 Supplies to be Accorded Duty-Free Entry, DFAR 252.225-7037 Duty-Free Entry -- NAFTA Country End Products and Supplies, DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.232-7009 Payment by Electronic Funds Transfer, and DFAR 252.212-7001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clauses for para (b): DFAR 252.225-7036 North American Free Trade Agreement Implementation Act. The contractor shall furnish a completed copy of FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, DFAR 252.225-7035 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate, and DFAR 252.212-7000 Offeror Representations and Certifications -- Commercial Items. All information passed between the Contracting Officer and potential offeror shall be in writing or in a typed format. This may be in the form of a facsimile to the Contracting Officer or sent via the US postal office to the address stated below. All offers are due by 4PM (PST) on 8 December 1999 and may be sent by mail or fax. Offers sent via US Postal Service should be mailed to the Contracting Office, PO Box 1609, Oceanside, CA 92051-1609; offers sent by FEDEX should be sent to the Contracting Office, Bldg 22180, Marine Corps Base, Camp Pendleton, CA 92055-5027. Offers are solicited FOB destination only to Camp Pendleton, CA. Award date is anticipated to be made on 9 December 1999 and delivery is required for all items and all quantities on or before 20 December 1999. Posted 12/01/99 (W-SN404768). (0335)

Loren Data Corp. http://www.ld.com (SYN# 0155 19991203\34-0001.SOL)


34 - Metalworking Machinery Index Page