Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,2000 PSA#2569

Supply Operations, Purchase Branch, Box 500, Code 244, Bldg 87/2, Naval Submarine Base New London, Groton, CT 06349-5500

34 -- FASTNERS AND BINS SOL N49399-Q-00-0071 DUE 040500 POC Carol Angelo, Purchasing Agent 860-694-3270, Fax 860-693-3964; Michael Konon, Contracting Officer, 860-694-3612 This is a Combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The RFQ number is N49399-00-Q-0071 using Simplified Acquistion Procedures for commercial items. This solicitation document incorporates provisions and clauses in effect through FAR and DFARS. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov and www.acq.osd.mil. This is competitive action set aside for small business under SIC 3452 500. The Naval Submarine Support Facility Electrical/Electronics Division in Groton, CT. requests responses from qualified sources capable of providing replenishment of various consumable parts as listed to include Commercial-Off-The-Shelf fabricated bin assemblies of a similar design currently in use for storing and dispensing metal screw, nuts, bolts, washers, studs and other small handheld metal fabricated items to US Navy technical personnel within the confines of the first floor of Building #157 located on the pierside section of Naval Submarine Base Groton, CT, adjacent to Pier #15. The vendor supplying the bins is required to provide the Maximum Estimated Quantites of ALL of the items listed below at the time of installation of the bins. The successful awardee shall have the long-term capability at time of award of checking the weekly usage of each type item listed below and identifying to the customer Point of Contact while on base, the quantity of each item necessary to replenish each bin to the maximum item quantities listed herein. The additional quantities identified by the contractor shall only be ordered and purchased after the approval by the customer (NSSF R-3/4 Division Officer), using the Government Purchase Card. The required items and Maximum Estimated Quantities are: A) -28 UNC 3A x FH SCS Self-locking NICU 150 ea.; B)3/8-16 UNC 3A x FH SCS Self-locking NICU 50 ea.; C)3/8 flat washer x O.D. NICU 500 ea; D)5/16-24 x 1 HHCS self-locking NICU 100 ea.; E)3/8 flat washer x 1 O.D. NICU 500 ea.; F)5/16 flat washer x 11/16 O.D. NICU 100 ea.; G)5/16-18 UNC 3A x 4-1/8 SHCS self-locking NICU 100 ea.; H)5/16-18 UNC 3A x 3 SHCS self-locking NICU 100 ea.; I) -13 UNC 3A x 3 SHCS self-locking NICU 50 ea.; J)3/8-16 UNC 3A x 1-1/4 FH SCS self-locking NICU 50 ea.; K)5/16-18 UNC 2A x HHCS NICU 100 ea.; L) -20 UNC 3A x HHCS self-locking NICU 100 ea.; M)5/16-18 x 6-5/8 SHCS self-locking NICU 50 ea.; N) -20 x 1-1/2 FH SCS self-locking NICU 82 degrees 25 ea.; O)3/18-16 x slotted RHMS self-locking NICU 25 ea.: P)8-32 x 1 slotted RD HD MS self-locking 25 ea.; Q) -13 x 1-1/2 sail bolt NICU 50 ea.; R) -13 x 2 sail bolt NICU 150 ea.; S) -13 x 1-1/2 tap end stud NICU 100 ea. Bin assemblies must be designed to be freestanding, stackable, attachable to a vendor supplied stand and include manufacturer-installed hooks/points/eyes or hangars for anchoring the individual or staked assemblies to a wall of either brick, sheetrock or concrete. The vendor must offer a minimum of three(3)different colors for the bin assemblies; not including the colors pink or white which are unacceptable for this industrial application. Individual bin assembly shall be fabricated of non-flammable material (i.e. wood products of any kind or type are unacceptable) and comprised of multiple bins which are adjustable in size ranging from twenty-four MINIMUM size 5"Hx5"Wx12"D to six MAXIMUM size bins 15"Hx15"Wx12"D. Utilize LOGMARS (bar coding labels/marking to identify contents of individual bins; and have outside overal dimensions which DO NOT EXCEED 7'6"HX3'6"WX1'6"D. F.O.B. Destination. Inspection and Acceptance will be at Destination. Place of Delivery is: building #493 Naval Submarine Base NLON, Groton, CT. 06349. Quotation should include as a minimum: price(s), a point of contact, name and phone number, paymentterms; as well as certifications as required in 52.212-3. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items 52.212-3 Offeror Representations and Certifications-commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Clauses checked under 52.212-5 are: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. All clauses shall be incorporated by reference in the resultant order. Additional contract terms and conditions applicable to this procurement are: DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerical Items (no clauses checked) 252.204-7001 Commcercial and Government Entity (CAGE) Code, 252.204-7004 Required Central Contractor Registration, DOD will no longer award contracts to contractors not registered in the Central Contractor Registration (CCR) database. Registration may de done by accessing the CCR Web site at http://www.ccr2000.com. A paper registration form may be obtained from the DOD Electronic Commerce Information Center at 800-334-3414. No numbered notes apply. This announcement will close at 5:00 P.M. Connecticut time on 4/5/00 All quotes shall include as a minimum price(s); FOB Destination, a point of contract, name and phone number, and payment terms. All responsible small business sources may submit a quotation which shall be considered by the agency. Posted 03/29/00 (W-SN439031). (0089)

Loren Data Corp. http://www.ld.com (SYN# 0165 20000331\34-0001.SOL)


34 - Metalworking Machinery Index Page