Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,2000 PSA#2632

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

28 -- ENGINES, TURBINES & COMPONENTS, NOZZLE BODY SOL N00244-00-T-1059 DUE 071400 POC Point of contact is: Robert Douglas, Purchase Agent at (619) 532-3026 IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. 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 visit the Internet at http://www.ccr2000.com/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-00-T-1059 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses arethose in effect through Federal Acquisition Circular 97-15 and Defense Acquisition Circular 91-13. The standard industrial code is 3731. And the business size standard is 1,000 The agency need is for 27 each Body, Nozzle This requirement is for a fixed priced contract for one line items. as follows. The following salient characteristics are CRITICAL / ESSENTIAL to the Government -- a) Line Item 0001: Body, Nozzle 27 each, MFR: BF GOODRICH FAIRBANKS MORSE ENGINE DIV. COLTEC INDUSTRIES INC. P/N: P208793N, NSN 9C 2815-01-178-6388, APL/AEL: L665360264, NEXT HIGHER ASSEMBLY, FUEL NOZZLE INJECTOR ASSEMBLY P12613930, FSCM 82796. All items are to be delivered to: FOB Dest to San Diego, Ca. Acceptance shall be made at destination. Mark for: Shore Intermediate Maintenance Activity, Shop 31C, San Diego, Ca. 92136 The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shallbe the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. 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. (option 1) 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 for Line Items 0001. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item,product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time. 7-14-00, and will be accepted via fax (619-532-2347) or via e-mail (robert_e_douglas@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . See Numbered Note (13). Posted 06/27/00 (W-SN469016). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0178 20000629\28-0003.SOL)


28 - Engines, Turbines and Components Index Page