Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,2000 PSA#2577

U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Lee Blvd., Fort Eustis, VA 23604-5577

16 -- UNDERWATER ACOUSTIC BEACON SOL USZA95-00-T-0024 DUE 050200 POC Laura Harris, Contract Specialist, (757) 878-5223 Ext: 247 or Sherrie H. Carmona, Contracting Officer, (757) 878-5223 Ext: 242 WEB: lharris@tapo.eustis.army.mil, lharris@tapo.eustis.army.mil. E-MAIL: scarmona@tapo.eustis.army.mil, lharris@tapo.eustis.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additonal information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). Solicitation number is USZA95-00-T-0024. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-16. This action is Set-Aside 100% for Small Business. The Standard Industrial Classification Code(s)are 3669. The size standard is 750 employees. The Government request the purchases of 50 each, Underwater Acoustic Beacon, P/N: ELP-362D; 50 each 6 Year Battery Kit, P/N: B362-06192-2. To be shipped to MSSA/CRP, HHC 160th SOAR(A), Attn: AOAV-SI, Linder, Mark for: ELP-362D Program, Doc No: W80XYF00740700, 7244 Nightstalker Way, Ft. Campbell, KY 42223. 5 each, Underwater Acoustic Beacon, P/N: ELP-362D, and 5 each, 6 Year Battery Kit, P/N: B362-06192-2. To be delivered to MSSA/CRP 160TH SOAR(ABN), Attn: SSG Simmons, Bldg. 7244, Ft. Campbell, KY 42223-5738. 15 each Underwater Acoustic Beacon, P/N: ELP-362D, and 15 each 6 Year Battery Kit, P/N: B362-06192-2 to be deliveryed to Raytheon E-Systems, Attn: TAPO(M/S 24), 5749 Briar Hill Road, Bldg. 221, Door 12, Lexington, KY 40516. To support the EDP-362D Underwater Acoustic Beacon and the Voice and Data Recorder (VADR). Packaging Requirements: packaged, packed and preserved in accordance with equivalent commercial practice to ensure safe arrival at destination. Delivery Schedule: 30 days after receipt of order (ARO). All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. this proposed contract action for supplies for which the Governmentdoes not have specificaitons and drawings to permit full and open competition. Approved source(s): CAGE: 61257, R J E International Inc., 2192 Dupont Dr. Suite 110, Irvine, CA 92612-1321. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations by submitting a source approval request (SAR) package to U.S. Army Special Operations Command, Technology Applications Contracting Office, Bldg. 401 Lee Blvd., Ft. Eustis, VA 23604-5577. Payment made under this requirement shall be made via a U.S.A. Government Commercial I.M.P.A.C. Visa Purchasing Credit Card. Any award resulting from this RFP will be issued on a SF 1449A and will contain all clauses required by LAW, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Supplement (DFARS) as appropriate for the dollar value of the award. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ii) The applicability of the provision at 52.212-2, Evaluation -- Commercial Items, the specific evaluation criteria to be included in paragraph (a) of this provision are as follows: Award shall be made to that offeror whose offer represent the best overall value to the Government considering qualification, price and schedule. (iii) In addition, the offeror shall include a COMPLETED copy of the provision at 52.212-3, Offeror Respresentations and Certifications -- Commercial Items with its offer. (iv) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acqusition and the additonal clauses cited in the clause are applicable. DFARS 252.212-7000 Offeror Representation and Certification Commercial Items and 252.212-1 Solicitation Provisions and Contract Clauses -- This solicitation incorporate one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Quotations shall provide the following information, representation and certification: 1. Quotation is firm for 90 days unless otherwise stated. 2. Furnish vendor part number(s) if other than listed with each item. 3. Point(s) of shipment, performance, preservation, packaging, and marking. 4. Rimittance address (provide the Electronic Funds Transfer information to the paying office after award -- do not include in quote). 5. Data Universal Numbering Systems DUNS Number per FAR 52.204-6, Contractor Identification Number -- Data Universal Numbering System (DUNS)6. Commerical and Govenrment Entity (CAGE) Code Reporting. 7. Far 52.219-1 Small Business Program Representations. Be sure to include company name, address, telephone number, and reference the solicitation number. See Number Note(s): 22 Posted 04/10/00 (W-SN443361). (0101)

Loren Data Corp. http://www.ld.com (SYN# 0253 20000412\16-0012.SOL)


16 - Aircraft Components and Accessories Index Page