Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

59 -- ELECTROMAGNETIC RELAYS SOL N0024400T0475 DUE 022300 POC Mike Alexander, Contract Specialist, 619-532-2889; TEDDY SANTOS, Contracting Officer, 619-532-2918 WEB: Visit this site for more information about FISC San, http://www.sd.fisc.navy.mil. E-MAIL: E-mail Mr Alexander with any questions, comments or, mike_k_alexander@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-00-T-0475. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This solicitation is issued as a 100% Small Business Set-Aside (SEE Note 1), under Standard Industrial Code (SIC) 3625, Relays and Industrial Controls, with a small business standard of 750 employees. FISC San Diego has a requirement for the following Contract Line Items (CLINs): CLIN 0001; DESCRIPTION: Electromagnetic Relays for S3 Aircraft Displacement Gyro (Note: Electromagnetic Relays [Part No. 3SAV1521A2] MUST BE COMPATIBLE with S3 Aircraft Displacement Gyro [Part No. 148400-06-01]); QUANTITY 600; UNIT EA. Required delivery is four (4) weeks after contract award date. Delivery shall be made to: Naval Aviation Depot North Island, Attn: ASKARS Receiving, Building 94, Naval Air Station North Island, San Diego, CA 92135-7058. Hours of delivery are from 0700 to 1500 (3p.m.) pacific standard time, Monday thru Friday, excluding holidays. Acceptance shall be at destination. The following provisions apply FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS IN THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause, FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as do the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.247-34, F.o.b. Destination. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (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, DFAR 252.204-7004 Required Central Contractor Registration (CCR), applies to all solicitations issued on or 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. For more information call 1-888-227-2423 or visit the CCR internet web site http://ccr.edi.disa.mil. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet the requirements inherent CLIN 0001 (S-3 aircraft part numbers must be compatible) or otherwise articulate their understanding of the requirement through written explanation or renderings. ALL RESPONSIBLE OFFERORS ARE TO SUBMIT: current pricing, delivery time, payment terms, discounts for prompt payment, if any (e.g. 1% 10 days), Cage Code, Dunn and Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), company's complete mailing and remittance addresses and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. 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: company's CAGE Code, Dunn & Bradstreet number (DUNS), Taxpayer Identification Number (TIN), and COMPLETED FAR 52.212-3. Reference Solicitation number on all correspondence. Quotes must be received no later that 3:00 p.m. PST, 23 FEBRUARY 2000 and will be acceptedvia FAX (619-532-1089) Attn: Mike Alexander. Note: IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition Regulations (FAR) at http://www.arnet.gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http://www.acq.osd.mil/dp/dars/dfars.html; 3) Navy Electronic Commerce On-Line (NECO) at http://www.neco.navy.mil/ to access a copy of the RFQ electronically; and 4) Other federal/defense links (e.g. Central Contractor Registration On-line, Commerce Business Daily On-Line) can be accessed on the Internet at http://www.acq.osd.mil/dp (scroll down to the bottom of the page for numerous links). Posted 02/04/00 (W-SN422161). (0035)

Loren Data Corp. http://www.ld.com (SYN# 0260 20000208\59-0005.SOL)


59 - Electrical and Electronic Equipment Components Index Page