Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,2000 PSA#2667

Contracting Officer (Code 520) Naval Construction Battalion Center, 5200 CBD 2nd Street, Gulfport MS 39501-5001

99 -- P& H CRANE PARTS SOL N62604-00-Q-4568 DUE 091500 POC Bonnie A. Adams, 228-871-2868, FAX 228-871-3212 E-MAIL: Naval Construction Battalion Center, baadams@cbcgulf.navfac.navy.mil. This is a P & H direct replacements parts requirement combined synopsis/solicitation for a model 430ATC, 35 ton, Crane, in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. BIDS ARE ONLY ACCEPTED FROM AUTHORIZED P & H DISTRIBUTORS. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation # N62604-00-Q-4568 is issued as a request for quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14 and Defense Acquisition Circular 91-13. This acquisition is Set Aside for Small Business. The standard classification code is 3625, small business size standard is 500 employees. There are fifty-four (54) contract line items consisting of direct replacement Crane parts for the Construction Equipment Department, NCBC, Gulfport, MS. CLIN 0001 -- Two (2) each Name Plate, P/N 324666, CLIN 0002 Two (2) each Name Plate, P/N 32U1939, CLIN 0003 Three (3) each Danger Decal, P/N 32Q659, CLIN 0004 Three (3) each Danger Decal, P/N 32Q661, CLIN 0005 Two (2) each Suitcase Latch, P/N 21Z67D1, CLIN 0006 Three (3) each Latch Handle P/N 527H23, CLIN 0007 One (1) each Left Hand Door, P/N 227N100, CLIN 0008 One (1) each Panel Hood Side P/N 227N99F1, CLIN 0009 Two (2) each Hose Assemblies 3/8 x 108 length, P/N 44P215D9, CLIN 0010 Two (2) each Hose Assemblies, 3/8 x 42 inches long, P/N 44P240D7, CLIN 0011 Two (2) each Hose Assemblies, 3/8 x 50 inches long, P/N 44P24108, CLIN 0012 Two (2) each Hose Assemblies 3/8 x 66 inches long, P/N 44P240D33, CLIN 0013 Two (2) Hose Assemblies, 3/8 x 66 inches long, P/N 44P245D7, CLIN 0014 One (1) each Drum Powl, P/N 206P403D1F1, CLIN 0015 One (1) each Lower Left hand Power Drum, P/N 223N7D3, CLIN 0016 One (1) each Oil Seal, P/N 18Z479D25, CLIN 0017 One (1) each Oil Seal, P/N 18Z715D2, CLIN 0018 One (1) each Oil Seal, P/N 18F682D208, CLIN 0019 One (1) each O-ring, P/N 45Z91D21, CLIN 0019 Three (3) each Clearance Light P/N 56Z202D1, CLIN 0020 One (1) each Eye Hook P/N 1008Z61, CLIN 0021 One (1) each Latch P/N 1032Z229, CLIN 0022 One (1) each Spacer P/N 1018Z4698, CLIN 0023 One (1) each Bolt, P/N 1020Z5324, CLIN 0023 One (1) each Nut P/N 1020Z5322, CLIN 0024 One (1) each Clutch Band, P/N 215N127F2, CLIN 0025 -- Four (4) each Lock Valve, P/N 36U154, CLIN 0026 Eight (8) each Valved Nipple, P/N 44Z1151D4, CLIN 0027 Eight (8) each Valved Coupler, P/N 44Z1153D2, CLIN 0028 One (1) each Electric Switch, P/N 1079Z1376, CLIN 0029 One (1) each Hoist limit device boom, P/N 2100P61F3, CLIN 0030 Two (2) each Side Plate, P/N 18T8098, CLIN 0031 One (1) each Check Valve, P/N 36Z278, CLIN 0032 Two (2) each Fitting, P/N 44Z5, CLIN 0033 Two (2) each Fitting, P/N 20Z63, CLIN 0034 One (1) each Lever, P/N 6T2037, CLIN 0035 One (1) each Pin, " diameter x 2" long, P/N 19F46D7, CLIN 0036 One (1) each Angle Bracket, P/N 216T443D2, CLIN 0037 One (1) each Bracket, P/N 216T423, CLIN 0038To (2) each Tee, P/N 44Z228D3, CLIN 0039 One (1) each Line, P/N 44P1D18, CLIN 0040 One (1) each Line, P/N 44P1D20, CLIN 0041 Three (3) each Elbow, P/N 44Z221D5, CLIN 0042 Line, P/N 44P1D17, CLIN 0043 One (1) each Line, P/N 44P1D22, CLIN 0044 One (1) each Fitting, P/N 44Z1050, CLIN 0045 Two (2) each Pilot Light Housing, P/N 1014Z521, CLIN 0046 Two (2) each Cover, P/N 1014Z519, CLIN 0047 Two (2) each Extension Spring, P/N 17Z169, CLIN 0048 One (1 ) each Control Cable, P/N 6Z581D1, CLIN 0049 Two (2) each Spring, P/N 17H269, CLIN 0050 One (1) each Cab Door Load Chart Carrier, P/N 32R48, CLIN 0051 Ten (10) each Gasket Cap, P/N 18Z404, CLIN 0052 One (1) each Wedge inch, P/N 8T89C2, CLIN 0053 One (1) each Clutch Cover And Pressure Plate Assembly With Throw out Bearing, P/N 1014Z1365, CLIN 0054 One (1) each Base Boom Section With Certification I.A.W. manufacture. Delivery of CLIN'S 0001 0054 will be required within 30 days after award of contract. The shipping terms will be F.O.B. Destination, Receiving Officer, Warehouse #320, Naval Construction Battalion Center, Gulfport, MS 39501-5001 with inspection and acceptance at destination. An offeror must quote on all items in this solicitation to be eligible for award. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 1997) is hereby incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (b)(6) 52.222-26, (b)(7) 52.222-35, (b)(8) 52.222-36, (b)(9) 52.222-37, (b)(17) 52.247-64. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is hereby incorporated by reference, with additional DFAR clauses included in this solicitation and any resultant contract, as follows: (b)(7) 252.219-7006, (b)(8) 252.225-7001, (b)(17) 252.225-7036. Additional Contract Terms and Conditions applicable to this procurement are: Type of contract: A firm fixed-price contract will be awarded using Simplified Acquisition Procedures. Warranty: The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon completion of installation for the items listed in the schedule. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The followingfactors shall be used to evaluate offers: technical capability and price. Technical capability is approximately equal to price. Award will be made to the offeror that meets the solicitations 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 meets all requirements stated in the above purchase description. The Government reserves the right to make award on the initial offer received without discussions. The Government reserves the right to eliminate from further consideration those proposals which are considered non-responsive. Companies wishing to respond to this solicitation should provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested items showing solicitation number, unit price, extended price, FOB, prompt payment terms, delivery time, and correct address. OFFERS MUST BE SIGNED. Offerors are reminded to include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, as well as DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items, and DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their offers. Those companies not in possession of the provisions in full text may contact this office and a copy will be faxed to you. Each offer shall include their Dun & Bradstreet Code and their Commercial and Government Entity (CAGE) Code. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractor Register (CCR). Further information may be obtained through the Internet at: http://www.acq.osd.mil/ec/faqs. You cannot be awarded a DOD contract if you are not registered in the CCR. The Internet site for registering in the CCR is http://ccr.edi.disa.mil. If you do not have Internet access and want to register with a paper form, you should contact CCR Registration Assistance Center at 1-888-227-2423, Customer Service, and request the registration form and assistance packet for your completion. All questions concerning this RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to BONNIE ADAMS, FAX 228-871-3212/2691 by 08 SEP 2000. Quotations are due on 15 SEP 2000, 2:00 p.m. to Contracting Officer (Code 520), 5200 CBC 2nd Street, Gulfport, MS 39501-5001. Facsimile quotations acceptable, FAX 228-871-3212/2691. No oral quotations will be accepted. All responsible sources may submit a quotation which shall be considered. See Note 1. <EMAIL> <ADDRESS>baadams@cbcgulf.navfac.navy.mil <DESC>Naval Construction Posted 08/16/00 (W-SN486920). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0375 20000818\99-0005.SOL)

99 - Miscellaneous Index  |  Issue Index |


Created on August 16, 2000 by Loren Data Corp. -- info@ld.com