|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 42 -- AMKUS SIGMA X RESCUE SYSTEM SOL N00244-00-T-0951 DUE 060800 POC
Joan Balazs -- FAX 619-532-2347 -- Phone 619-532-2892 -- e-mail
joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information
regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contracting Officer via, joan_balazs@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-0951. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-14.
This solicitation is issued on a restricted basis, under Standard
Industrial Code 5087 with a small business standard of 100 employees.
FISC San Diego has a requirement for the following: AMKUS Sigma X
Rescue system. This is a 10,500 PSI mineral base hydraulic rescue
system which includes the following components: GB2A-STD Power Unit
w/carry handle, (2) 20' pump hoses, AMK-25 Heavy Duty Cutter, AMK-40
Push Pull Ram and AMK-28 Spreader 28". Pricing is to include system
delivery, in-service training and (1) year annual service/maintenance
contract. In addition the Government has the following trade in
equipment: (6) AMKUS Power units w/hose, (3) AMKUS Cutter, (6) AMKUS
Push Only Ram, (3) AMKUS Spreader, (2) Hurst, complete system ((2)
POWER UNITS, (2) CUTTERS, (2) SPREADERS, (3) Rams, (1)hose reel, (1)
ram accessory kit, (2) Manifold Blocks) (3) Champion Cutter, (1) Viking
Spreader, (1) Lucas Ram (1) Lucas Cutter. Required delivery is to
Federal Fire Department, San Diego, CA. Acceptance shall be at
destination. The following provision 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 complete and include a copy of the
following provisions with 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 well as the
following addendum clauses; FAR 52.211-5, New Material,. 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, 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. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. 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
252.225-7000 Buy American Act -- Balance of Payments Program
Certificate, 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
all requirements stated in the above purchase descriptions. All
responsible Offerors are to submit current pricing, delivery time,
payment terms, cage code, Dunn and Bradstreet number, Tax
Identification Number 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. Quotes must be received no later that 3:00 p.m.
PST, June 8, 2000, and will be accepted via FAX (619-532-2347) Attn:
Joan Balazs Clause information can be downloaded from the internet from
the following addresses; http://www.arnet.gov/far/ or
http://www.acq.osd.mil/dp/dars/dfars/dfars.html Posted 05/19/00
(W-SN456913). (0140) Loren Data Corp. http://www.ld.com (SYN# 0191 20000523\42-0001.SOL)
42 - Firefighting, Rescue and Safety Equipment Index Page
|
|