Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,2000 PSA#2558

Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001

30 -- MOVING RHEOMETER SOL N00164-00-Q-0141 DUE 032900 POC Ms. Brenda Wood, Code 1164E1, telephone 812-854-3858, fax 812-854-3465, e-mail wood_bk@crane.navy.mil WEB: Naval Surface Warfare Center, Crane Division, Acquisition, www.crane.navy.mil/supply/announce.htm. 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. Solicitation number N00164-00-Q-0141 applies and is issued as a request for quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense Change Notice 20000210. The standard industrial code is 3826 and the business size standard is 500 employees or less. The requirement is for one each MDR2000 Moving Die Rheometer to include torque standard for calibration @ 0.2-1.0 Deg, one each eccentric @ .5 degree oscillation angle, instrument warranty, installation and training; Alpha "R" Software; Computer, and H.P. Desk Jet Printer. This requirement is being issued as a "Brand Name Only." The OEM is Alpha Technologies U.S., L.P., 2689 Wingate Avenue, Akron, OH 44314. Only Alpha's products will be considered for the following reasons: the MDR2000 is designed with a patented sealed cavity; it has digital temperature controllers and can perform ASTM data point calculation as well as provide a logarithmic control to most accurately control sample temperature. No other known manufacturer's product can meet these requirements. A firm fixed price contract will be awarded utilizing Simplified Acquisition Procedures. Delivery is required F.O.B. Crane within 60 days after award with inspection and acceptance at NSWC Crane, IN. All responsible sources may submit an offer, which will be considered by the Agency. This procurement is reserved for 100% Small Business concerns. The following provisions apply: 52.203-3 Gratuities, 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-4 Contract Terms & Conditions -- Commercial Items; 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1; 52.219-8 Utilization of Small Business Concerns and Small disadvantaged Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies; 52.225-9 Buy American Act -- Trade Agreements Act -- Balance of Payments Program; 52.225-18 European Union Sanctions for End Products; 52.225-19 European Union Sanctions for Services; 52.225-21 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program; DFARS 252.212-7001 Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 1998); 252.225-7012 Preference for Certain Domestic Commodities; 252.227-7015 Technical Data -- Commercial Items. The contractor shall extend to the Government the full coverage of commercial sale warranty, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-1, Instruction to Offerors -- Commercial Items, and must include a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment Code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Registration (CCR) as a condition for receipt of contract award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ http://www.ccr2000.com. The Government intends to make a single award to the responsible offeror whose quotation is for the exact brand name items specified at the lowest price. Past performance may be evaluated to determine risk to the Government. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Quotations and the above required information must be received in this office on or before 29 March 2000 at 12:00 PM (Noon) Eastern Standard Time. Mailing address is NSWC Crane, Bldg. 64, Code 1164E1, 300 Hwy 361, Crane, IN 47522-5001 or fax to Ms. Brenda Wood at 812-854-3465 or email wood_bk@crane.navy.mil. Posted 03/14/00 (W-SN434179). (0074)

Loren Data Corp. http://www.ld.com (SYN# 0173 20000316\30-0003.SOL)


30 - Mechanical Power Transmission Equipment Index Page