Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 5,2000 PSA#2635

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

J -- REPAIR OF EIGHT ASTRO-GEO-MARINE POWER SUPPLY UNITS SOL N00244-00-T-1103 DUE 071700 POC Joan Balazs -- FAX 619-532-2347 -- Phone 619-532-2892 email 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. A copy of the RFQ is posted to NECO. The solicitation number for this Request for Quotation is N00244-00-T- 1103. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This solicitation is issued on an restricted basis, under Standard Industrial Code 7629 with a small business standard of $5.0 million. FISC San Diego has a requirement for the following: Repair of Astro-Geo-Marine Power Supply units, P/N PS-924468-1, Qty 8 each. Contractor is to return power supply units to good working condition in accordance with manufacturer's specifications. Justification for other than full and open competition is FAR 6.302-1, Only one source or only a limited number of responsible sources. This proposed contract action is for supplies forwhich the Government does not have specifications and drawings to permit full and open competition. The Government intends to negotiate with Astro-Geo-Marine Inc., only unless other manufactures can be found. Required delivery is to NADEP North Island, 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, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. 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 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.226-1 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.233-3 Protest after award, 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 allsolicitations 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 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. DFAR 252.225-7000 Buy American Act Balance of Payments Program Certificate. FAR52.207-4 Economic Purchase Quantity of Supplies. 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 for Line Items 001. As a minimum quotations shall provide the following information: 1. FOB point if other than destination. 2. Quotation is firm for 90 days unless otherwise stated. 3. Furnish vendors part number(s) 4. Point(s) of shipment, performance, preservation, packaging and marking. 5. Remittance address. 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, 17 Jul 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-ref.navy.mil/turbo/arp51.htm/ Posted 06/30/00 (W-SN470757). (0182)

Loren Data Corp. http://www.ld.com (SYN# 0048 20000705\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page