|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518Defense Information Systems Agency, DITCO-NCR, 701 South Court House
Road, Arlington, VA 22204-2199 34 -- METALWORKING MACHINERY SOL DCA100-00-T-4013 DUE 012100 POC Danny
Lester, Contract Specialist (703) 607-4607 THIS AMENDMENT REFLECTS A
CHANGE IN THE DELIVERY SCHEDULE. 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, 21 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 PROCUREMENT IS ON A SPECIFIC MAKE
AND MODEL OR EQUAL BASIS. Unitwill not exceed 5' 6" X 7' 6" in
dimensions. It will be constructed to withstand a NATO 7.62 shot
equivalent to a UL Level 7 rating from roof to floor protection. Also,
proper drainage from roof will be incorporated by means of down
spouting. Until will be designed for exterior use in all climates. Both
sides of booth will have sliding doors with heavy-duty hardware for
hardware for support. Doors will also require a UL level 7 rating.
Booth needs to be designed with a full 360' degree view incorporating
bullet resistant 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 an 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 wall
switch, 120/240 volt pole 125 amp single phase load 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
CONTRACTOR MUST MEET THE MANADATORY DELIVERY DATE OF THIRTY (90) 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 25 January 2000. The Government
intends to award (1) purchase order for the above requirement to the
lowest priced Offeror who meets all 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.
Posted 01/14/00 (W-SN416275). (0014) Loren Data Corp. http://www.ld.com (SYN# 0203 20000119\34-0001.SOL)
34 - Metalworking Machinery Index Page
|
|