Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,2000 PSA#2622

Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083

39 -- DOLLIES SOL N68335-00-Q-0197 DUE 063000 POC Debbie Dewyea...phone: 732-323-7068...fax: 732-323-7192 E-MAIL: dollies, dewyeadl@navair.navy.mil. PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 39-Materials Handling Equipment OFFADD: Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083 SUBJECT: 39-Drum Dolly, 55 gallon SOL N68335-00-Q-0197 DUE 06/30/2000 POC Debbie Dewyea (732) 323-7608 or Facsimile (732) 323-7192 DESC: The Naval Air Warfare Center, Lakehurst NJ, Contracts Department intends to procure 55 gallon drum dollies with a handle for transporting 55 gallon drums being used as the container for a wet/dry vacuum. 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP).Solicitation Number N68335-00 is issued as a Request for Proposal. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13 and Defense Acquisition Circular 91-13. SCHEDULE OF ITEMS: Item 0001 (1 each), 55 gallon drum dolly, Pre-Production Inspection Sample, GENERAL DESCRIPTION WITH MINIMUM REQUIREMENTS; Dolly capacity shall be 900 pounds minimum. Dolly shall be heavy duty, manufactured from painted or thermoset powder coated steel. Inside diameter shall be 23 1/4" to 24". Height of drum containment ring shall be 4-1/2" minimum. Dolly shall have 4 each, 3" diameter by 1-1/4" width (or larger), hard rubber wheels on out-rigged casters. Wheels shall have ball bearings, and at least 2 of the wheels shall be locking type. Wheels shall be mounted in such a manner as to provide optimum stability while still allowing the loaded drum to be moved through a ship's 26" wide hatchway. Dolly shall have a removable hinged pull handle, to enable pulling from various angles. Height of handle shall be 32" minimum and 42" maximum. Item 0002, Production Units, Same as Item 0001 (40 each), Item 0003, Optional Units, Same as Item 0001, (50 each). Work Statement for all Items: Within 15 days after contract award, the contractor shall have fabricated the pre-production sample in preparation for inspection by the government. The contractor shall ship the pre-production model to the government at this address: Naval Surface Warfare Center Carderock Division / 9500 MacArthur Blvd. / Bldg. 60, Room 127 / West Bethesda, MD 20817-5700 /Attn: Code 632, Drew Jackson, 301-227-5243. Within 30 days after release for production, the contractor shall deliver 50% of the order (with equal amounts being delivered to each site). The remaining quantity shall be delivered 60 days after release for production. Earlier deliveries are acceptable. Option quantities shall be delivered 60 days after receipt of order. Packaging and Preservation: Dollies shall be packaged individually in accordance with commercial packaging specification ASTM D 3951. The label shall contain the following as a minimum: Drum Dolly for Wet/Dry Vacuum / Part Number / Qty: 1 / Contract Number / Contractor Name / P2 Program. DELIVERY TERMS: Shall Be FOB DESTINATION to the following addresses: Deliver one each item 0001 to address shown above in work statement. Deliver 22 each item 0002 to the following: NSWC Staging and Transfer Facility / 5816 Ward Court / Virginia Beach, VA 23455 / M/F: P2 Transition Installations. Deliver 18 each item 0002 to the following: NSWC Staging and Transfer Facility / 1120 Bay Blvd / Chula Vista, CA 91910 / M/F: P2 Transition Installations. Delivery of item 0003 will be determined at time of option exercise. to The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: 1. Technical Description and Features of the Dolly, 2. Price. These factors are equal in weight. Under the factor Technical Description and Features of the Dolly, the following enhancing characteristics will be considered: a) Simplicity of Operation, b)Safety to Operating Personnel, c) Durability, d) Corrosion Resistance, and e) Low Maintenance. In order to make a best value determination, descriptive literature must be submitted in response to this request for quotation and shall include the following: Technical description, including overall dimensions, component identification (wheel description and design), and material used in construction. Included shall be a sketch of the assembled dolly. If an area is not addressed, the company must submit a written substantive statement describing such area, and noting any exceptions. After considering information submitted in response to this request for proposal, and information otherwise available, the government will award to the source providing the best value to the government based upon the following criteria: 1) Technical Description, including performance requirements; 2)Price. CONTRACT CLAUSES: All Provisions and Clauses may be viewed from the internet site http://www.ARNet.gov/far. FAR 52.212-1, Instructions to Offerors -- Commercial Items (March 2000) applies to this acquisition. Paragraph (b) Submission of Offers (1) through (11), (c) Period for acceptance of offers, (e) Multiple offers, (f) Late offers, (g) Contract award and (J) Data Universal Numbering System (DUNS) Number are applicable. Disregard paragraphs (a) Standard industrial classification (SIC) code and small business size standard (d) Product samples, (h) Multiple awards and (i) Availability of requirements documents cited in the solicitation. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (February 2000) -- Offerors shall include a completed copy of this provision with its offer. FAR 52.212-4 Contract Terms and Conditions, Commercial Items (May 1999) is incorporated by reference and applies to this acquisition and resulting contract. ADDENDUM TO 52.212-4: Contract Type: The resulting contract will be firm fixed price (FFP). INSPECTION/ACCEPTANCE: Government inspection and acceptance of the supplies to be furnished shall be made at destination by representatives of the Government. Inspection shall consist of kind, count and condition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (February, 2000) is incorporated in this contract by reference. However, for Paragraph (b) only the following clauses apply to this acquisition: (1) 52.203-6, (5) 52.219-8, (8) (i) 52.219-23, (11) 52.222-21, (12) 52.222-26, (13) 52.222.35, (14) 52.222-36, (15) 52.222-37, and (22) 52.232-33. DFAR 252.212-7000 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (NOV 1995) -- Offeror shall include a completed copy of the provisions with its offer. DFAR 252.212.7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 1999) Paragraph (a) and (b) 252.225-7012, 252.225-7036 and 252.243-7002. ADDENDUM: DFAR 252.225-7035 -- BUY AMERICAN ACT -- NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE (MAR 1998), DFAR 252.204-7004 -- REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), DFAR 252.225-7017 -- PROHIBITION ON AWARD TO COMPANIES OWNED BY THE PEOPLE'S REPUBLIC OF CHINA (FEB 1999). OFFERORS SHALL INCLUDE COMPLETED COPIES OF FAR 52.212-3 AND DFAR 252.212-7000. 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; proposals are being requested and a written solicitation will not be issued. SOLICITATION NO. N68335-00-Q-0197 IS APPLICABLE. ALSO REQUIRED IN THE RESPONSE IS THE FOLLOWING: DELIVERY DATE, FOB DESTINATION OR ORIGIN, TAX ID NUMBER, CAGE CODE, AND DUNS NUMBER. ALSO, COMPANY MUST CCR REGISTRED.(CENTRAL CONTRACT REGISTRATION) ALL PROPOSALS MUST BE RECEIVED BY June 30, 2000, 3:00 PM. THE POINT OF CONTACT IS DEBBIE DEWYEA (732) 323-7608 OR FACSIMILE 732) 323-7192 CITE: (W-252 SN378387) Posted 06/13/00 (W-SN464230). (0165)

Loren Data Corp. http://www.ld.com (SYN# 0208 20000615\39-0001.SOL)


39 - Materials Handling Equipment Index Page