COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- MAINTENANCE AGREEMENT FOR DA8 INTERFEROMETER SOL N00244-00-T-1175
DUE 082400 POC Debby Gray, 619-532-2347 (fax);
deborah_r_gray@sd.fisc.navy.mil; 619-532-2568 (voice) WEB: See above
for additional information about FISC San, http://www.sd.fisc.navy.mil.
E-MAIL: Click here to contact the contracting officer via,
deborah_r_gray@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. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-00-T-1175. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-18. FISC San Diego has
a requirement for the following items: Maintenance agreement for DA-8
interferometer and related equipment. 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 for which the Government does not have specifications and
drawings to permit full and open competition. The Government intends to
negotiate with Bomem Inc.only unless other manufacturers 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
52.217-9 Option to Extend the Term of the Contract, FAR 52.222-36
Affirmative Action for Handicapped Workers, 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
all solicitations 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. 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 0001 through
0004. 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, 9 AUG 00 and will be accepted via FAX (619-532-2347) Attn: Debby
Gray. 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 08/02/00
(W-SN481478). (0215) Loren Data Corp. http://www.ld.com (SYN# 0078 20000804\J-0013.SOL)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|