Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,2000 PSA#2614

Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AOA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669

38 -- VIBRATORY TRENCH ROLLER SOL DTRA02-00-Q-0014 DUE 060900 POC JoAnn B. Carroll, Contract Specialist (505) 853-0904, Patricia M. McDaniel, Contracting Officer, (505) 846-8799 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRA02-00-Q-00014 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #97-17. This requirement is set aside for small business concerns. Applicable SIC Code is 3531, and small business size standard is 750 employees. Line item 001 Vibratory Trench Roller, quantity, 1 each. To include the following minimum specifications: operating weight: 3,010 lbs; drum diameter: 19 inches; drum width: 30 inches; overall width: 32 inches; overall length: 80 inches; overall height: 47 inches; engine type: air-cooled, 4 cycle, 2 cylinder, with electrical start; displacement: 58 cubic inches; horse power: 20; operating speed: 2,500 RPM; fuel tank: 5 gal; vibration frequency: 2,400 vpm; total applied force per drum: 8,000 lbs; compaction depth: 28 inches; area capacity per hour: 10,000 ft; turning radius-inside: 60 inches; and grade ability without vibration: 52%. The delivery will be required within 30 days of issuance of a purchase order. Delivery shall be FOB Destination to PHETS/Stallion Range Center, White Sand Missile Range (WSMR), San Antonio, NM 87832 (12 miles east on US Hwy 380, 18-miles South on RR 525). The vendor must arrange for the shipment to arrive between 7:30AM and 3:30PM, Monday through Thursday. Advance shipping notification to Mr. Bussey or MSgt. Golden at (505) 679-4127/4218 is required. The following FAR provisions, clauses, and addenda apply: 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) price, (2) technical capability of the item offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offerors to provide sufficient technical literature, documentation, etc., that clearly demonstrates that the item offered will meet the terms and conditions cited above. (3) past performance offeror shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone No., Contract No., Amount of Contract, Items provided. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote (www.arnet.gov/far/). The following additional clauses apply 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the additional FAR clauses: 52.222-21 -- Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, 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, and 52.225-11 -- Restrictions on Certain Foreign Purchases, 52.225-18, European Union Sanction for End Products, 52.232-1 -- Payments, 52.232-33 -- Payment By Electronic Funds Transfer -- Central Contractor Registration, 52.233-3 -- Protest After Award, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.243-1 -- Changes -- Fixed Price, 52.246-1 -- Contractor Inspection Requirements, 52.246-16 -- Responsibility for Supplies, 52.247-34 -- Fob Destination, 52.249-1 -- Termination for Convenience of the Government (Fixed-Price)(Short Form). Additionally, each offer shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items. The following clauses apply DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 -- Required Central Contractor registration, 252.225-7001, Buy American Act and Balance of Payment Program, and 252.247-7024, Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government; vendor must provide the location, telephone number, and the warranty service provider in the local area (local area is considered to be within 150 miles radius of San Antonio, New Mexico). This agency will not accept a mail-in warranty (warranty must be accomplished at the equipment location); (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include their taxpayer identification number (TIN), cage code number, and DUNS number; (5) in accordance with DFARS 204.73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://www.ccr2000.com . This is a DO-C9E rated order. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Offers are due by 2:00 p.m. on 9 June 2000 at Defense Threat Reduction Agency, Albuquerque Operations Acquisitions (AOA), ATTN: JoAnn B. Carroll, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes will be accepted (505) 846-4246. The anticipated award date shall be on or before 11 July 2000. See Note 1. All responsible sources may submit a quote which shall be considered by this agency. Posted 06/01/00 (W-SN460686). (0153)

Loren Data Corp. http://www.ld.com (SYN# 0210 20000605\38-0001.SOL)


38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page