Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 30,1999 PSA#2506

Defense Information Systems Agency, DITCO-NCR, 701 South Court House Road, Arlington, VA 22204-2199

34 -- METALWORKING MACHINERY SOL DCA100-00-T-4013 DUE 010400 POC Danny Lester, Contract Specialist (703) 607-4607 This a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Offers are to be forwarded to the following address by no later than 2:00 p.m. EST, 4 January 2000: HQS DISA, DITCO-NCR, Code DTN4, Attn: Danny Lester, 701 S. Courthouse Road, Arlington, VA 22204-2199. Overnight packages MUST have a name and phone number on outside of package for pickup (Mr. Lester, (703) 607-4607). Offers may be faxed to (703) 607-4611. Any questions on the above may be directed to Mr. Lester at the above number. The solicitation number is Request For Quote (RFQ) DCA100-00-T-4013. THIS ACTION IS SHORT FUSED. OFFERORS MUST SUBMIT THEIR QUOTES BASED ON THE INFORMATION PRESENTED HEREIN AND IT IS NOT ANTICIPATED THAT THERE WILL BE ANY RFQ AMENDMENTS. QUOTATIONS MUST BE RECEIVED IN WRITING. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive Offeror. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. The Standard Classification is 3444 and the Size Standard is 500 employees. The requirement is solicited on an open market basis for potential set-aside to a small business. If two or more business firms submit responsive proposals the requirement will be set-aside to small businesses and award be made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals the requirement will be deemed unrestricted and award made to the lowest responsive Offeror. The Defense Information Systems Agency (DISA) has a requirement for a Guard Booth part number/model number DS48OB. THE PROCUEREMENT IS ON A SPECIFIC MAKE AND MODEL OR EQUAL BASIS. Unit will not exceed 5' 6" X 7' 6" in dimensions. It will be constructed to withstand a NATO 7.62 shot equivilant to a U.L. Level 7 rating from roof to floor protection. Also, proper drainage from roof will be incorprated by means of downspouting. Unit will be designed for exterior use in all climates. Both sides of booth will have sliding doors with heavy duty hardware for support. Doors will also require a U.L. level 7 rating. Booth needs to be designed with a full 360' degree view incorporating bullet resistent laminated windows with a dark tint glaze. The floor will be made from a metal that will not produce rust such as aluminum or stainless steel. Booth will be required to have a minimum of a R-10 insulated rating. The booth will come already wired with the following equipment: 13,500 BTU wall mounted electric heater, 13,500 roof mounted A/C unit, two exterior double bulb flood lights with switch, 120/240 volt pole 125 amp single phase lopad center. Color will be two tone brown. Unit will be required to come to site prebuilt. The Offeror shall propose their standard commercial warranty for the items and provide a copy of the warranty with the proposal. Attach a copy of your commercial price list, discount policy, and terms and conditions. Prices will be FOB destination. Delivery will be to a location in the Washington Metropolitan Area as specified in the award document. THE CONTRATOR MUST MEET THE MANADATORY DELIVERY DATE OF THIRTY (30) DAYS AFTER RECEIPT OF ORDER. Acceptance will normally be on the same day as delivery, but will not exceed seven (7) days after receipt. Normally, the Government expects to see a discount, which is at least equal to that provided by your standard commercial discount policy for that item. The Offeror's standard commercial packing/packaging will be utilized to provide for damage-free shipment and receipt at destination. THE OFFERED PRICE WILL INCLUDE ALL FRIEGHT CHARGES. Anticipated award date is no later than 11 January 2000. The Government intends to award (1) purchase order for the above requirement to the lowest priced offeror who meetsall of the requirements stated herein. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Offerors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items, additional terms: 252.225-7001, 252-227-7015, 252.233-7000; 5) A completed copy of FAR 52.212-3 and DFAR 252.212-700, Offeror Representations and Certifications-Commercial Items must be submitted with offer. 6) 252.204-7004 Required Contractor Registration. See Numbered Note(s) 1. Posted 12/28/99 (W-SN411610). (0362)

Loren Data Corp. http://www.ld.com (SYN# 0107 19991230\34-0001.SOL)


34 - Metalworking Machinery Index Page