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