Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26, 2000 PSA #2693
SOLICITATIONS

34 -- MILLING MACHINE

Notice Date
September 22, 2000
Contracting Office
Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
ZIP Code
23709-5000
Solicitation Number
N00181-00-Q-0840
Response Due
September 25, 2000
Point of Contact
Cindi Newcomb, 757-396-8352
E-Mail Address
newcombcb@nnsy.navy.mil (newcombcb@nnsy.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number is N00181-99-Q-0840 is issued as a request for quote (RFQ). Quote responses are acceptable via e-mail or by fax (757) 396-8368. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This requirement is being solicited as 100% set aside for small business concerns. SIC 3541 with a size standard of 500 employees applies. This requirement is for a fixed price contract for one line item as follows: Clin 0001 Portable Mill/Hydraulic unit, one (1) assembly; (a) Milling machine, 90" to 100" main travel, 20" to 30" cross feed travel, 6" to 10" vertical feed (Auto or manual), #40 to 4" taper face mill, bolt down feature, 3" RAM/cross slide riser, hydraulic drive, 7.3 cu inch hydraulic motor, 5" RAM/cross slide riser. (2) hydraulic power unit, 10 H/P, 3 phase, 460 V, 60HZ, 1,800 RPM unit, 5 gallon reservoir, able to pump 10 GPM, hand-held starter (start/stop), 20 feet of 3/8" hose/fittings, speed control (for power unit) and quick disconnects. Inspection/Acceptance at destination; NNSY, Receiving Officer, Bldg 276, Portsmouth, VA 23709-5000. The provision at FAR 52.212-1, Instructions to Offerors-Commercial items applies. FAR 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror(s) that meets the minimum criteria for technical acceptability stated herein, and evaluated based on (i) past performance and (ii) price. Technical acceptability will be based on product literature that demonstrates the product offered meets all the requirements. Past performance will be evaluated using the Navy's Red/Yellow/Green program, as follows: (a) This procurement is subject to the Navy's Contract Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts and components of ships, planes and weapons systems. (b) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor's quality performance history. The price to be considered in determining best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (c) The procedures described in the clause of this solicitation entitled "ADDITIONAL EVALUATION FACTORS CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992)" will be used by the Contracting Officer to assist in determining the best purchase value for the government price, past quality performance, and other factors considered. FAR 52.212-3, Offeror Representation and Certification -- Commercial items shall be completed and returned with offer along with descriptive literature for item offered. FAR 52.212-4, Contract Terms and Conditions -- Commercial items apply to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies. FAR 52.212-5 (b) (5), (11), (12), (13), (14), (15) and (23) apply. NNSY's mercury free exclusion clause applies. A copy of the mercury free clause is available upon request. Numbered Note 1 applies. DFAR 252-212.7000, DFAR 252.212-7001, 252.243-7002 and 252.204-7000 apply to this acquisition. (52.222-21, 52.222-26, 52.222-35, 52.222-36 and 52.222-37 are invoked). IMPORTANCE NOTICE: DFAR 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 06/01/98. 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. Visit the Internet at http://ccr2000.com for more information. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: (1) Company's complete mailing and remittance address; (2) discounts for prompt payment; (3) anticipated delivery of material; (4) Cage code; (5) Dun & Bradstreet number (DUNS); (6) Taxpayer ID number; (7) Location of manufacturing facility. Import Internet addresses: 1) Federal Acquisition Regulations (FAR) http://www.gsa.gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http://www.dtic.mil/dfars/. Questions/responses to this solicitation should be faxed to 757-396-8368 attention: Cindi Newcomb, Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Bldg. 1500, 2nd floor, Portsmouth, VA 23709-5000. Offers are due by close of business 25 September 2000.
Record
Loren Data Corp. 20000926/34SOL001.HTM (W-266 SN499601)

34 - Metalworking Machinery Index  |  Issue Index |
Created on September 22, 2000 by Loren Data Corp. -- info@ld.com