Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2000 PSA #2692
SOLICITATIONS

66 -- RETROFIT NEW LOAD FRAME ON THE INSTRON 4400 TENSILE TESTER

Notice Date
September 21, 2000
Contracting Office
311th HSW/PKR, 8005 9th St, Bldg 626, Brooks AFB, TX 78235-5353
ZIP Code
78235-5353
Solicitation Number
F41622-00-Q-0008
Response Due
September 28, 2000
Point of Contact
Carol Estes, (210) 536-4887, Contract Specialist
E-Mail Address
CLICK HERE FOR EMAIL ADDRESS OF CONTRACT SPECIALIST (carol.estes@brooks.af.mil)
Description
DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, streamlined procedures for evaluation and solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation, #F41622-00-Q-0008, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The associated Standards Industrial Classification Code (SIC) for this procurement is 3829, and the small business size is 100 employees. The Government intends to negotiate a sole source purchase order with Instron Corporation, Canton MA. The purchase includes retrofitting a new load frame on the Instron 4400 tensile tester located in the Materials Laboratory, Brooks AFB, TX. This will be a Firm-Fixed Price contract. Offers shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the offeror's taking exception to it. The Government anticipates awarding one order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR)Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet or Exceed ("exceeding" specifications preferred) Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements); (B) Past Performance/Experience (vendors shall provide three references to whom comparable products -- preferably for similar applications -- have been sold over the past five years, including organization name, point of contact, phone number, and fax number for each); and (C) Price. (A) and (B), when combined, are more important than (C). Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it. The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered. The Government reserves the right to award a purchase order without discussions. All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from www.arnet.gov. The following Federal Acquisition Regulation(FAR) provision applies to this solicitation: clause at 52.212-1, Instructions to Offerors-Commercial; the clause at 52.212-4, Contract Terms and Conditions-Commercial Items, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including subparagraphs (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (17)(ii) Alternate I of 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (19) 52.225-13, Restriction on Certain Foreign Purchases; (20) 52.225-15, Sanctioned European Union Country End Products; (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; which can be downloaded at http://farsite.hill.af.mil. All interested, responsible, business firms should submit written quotation no later than 28 September 2000, 4:00 p.m. CDT, to the 311th HSW/PKOB, 8005 9th Street, Brooks AFB, TX 78235-5353, ATTN: Carol A. Estes, Contract Specialist. Ms. Estes' telephone number is 210-536-4887, and her email address is carol.estes@brooks.af.mil.
Record
Loren Data Corp. 20000925/66SOL005.HTM (W-265 SN499532)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on September 21, 2000 by Loren Data Corp. -- info@ld.com