Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2000 PSA #2724
SOLICITATIONS

42 -- SAFETY RESCUER

Notice Date
November 7, 2000
Contracting Office
Defense Threat Reduction Agency, Albuquerque Field Operations, Acquisitions (AMA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669
ZIP Code
87117-5669
Solicitation Number
DTRA02-01-Q-0001
Response Due
November 22, 2000
Point of Contact
JoAnn B. Carroll, Contract Specialist (505) 853-0904, Patricia M. McDaniel, Contracting Officer, (505) 846-8799
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRA02-01-Q-0001 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) #97-20, and DFARS Change Notice 20000731. The North American Industry Classification System (NAICS) is 339113 and the Size Standard is 500 people. The requirement is solicited on an open-market basis for potential set-aside to small business firms. If two or more small business firms submit responsive proposals, the requirement will be set aside for small businesses and award made to that small business offering the lowest price. Should fewer than two small businesses submit responsive proposals, the requirement will be deemed unrestricted and award made to the lowest responsive offeror. DTRA has a requirement to procure a Self-Rescuers, Model W65, P/N 455299, quantity 150 each. THE MANUFACTURER IS MINE SAFETY APPLIANCES COMPANIES (MSA). The Self-Rescuers must meet DTRA Underground Safety Requirements, NIASH Standards, and MSA approved Standard for use. If quoting other than brand name product, the offeror must provide the manufacturer's brand, model or part number along with a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements of this announcement. This may include product literature, specification sheets, cuts, illustrations drawings or other documents if necessary. The delivery will be required within 30 days of issuance of a purchase order. Delivery shall be FOB Destination to DTRA/CPTON, Bldg 143, Corner of Tea Pot Intrinity, Mercury NV 89023, Attn: Mr. Eric Shanholtz (702) 295-5227 with final inspection and acceptance at destination. The following FAR provisions, clauses, and addenda apply: 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items. The Government will award a purchase order 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 following factors shall be used to evaluate offers: (1) price, (2) technical capability of the item offered to meet the Government requirement. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offerors to provide sufficient technical literature, documentation, etc., that clearly demonstrates that the item offered will meet the terms and conditions cited above. (3) past performance offeror shall provide with their quote three Government or Private Industry references complete with Point of Contact, Phone No., Contract No., Amount of Contract, Items provided. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote (www.arnet.gov/far/). The following additional clauses apply: 52.211-6 -- Brand Name or Equal, 52.212-4, Contract Terms and Conditions -- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the additional FAR clauses: 52.222-3 -- Convict Labor, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act -- Supplies, and 52.225-13 -- Restrictions on Certain Foreign Purchases, 52.232-34 -- Payment By Electronic Funds Transfer -- Other than Central Contractor Registration, 52.232-35 -- Designation of Office for Government Receipt of Electronic Funds Transfer Information , 52.232-25 -- Prompt Payment, 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-1 -- Disputes, 52.233-3 -- Protest After Award, 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation, 52.243-1 -- Changes -- Fixed Price, 52.246-1 -- Contractor Inspection Requirements, 52.246-16 -- Responsibility for Supplies, 52.247-34 -- Fob Destination, 52.249-4 -- Termination for Convenience of the Government (Fixed-Price)(Short Form). Additionally, each offer shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, Offeror Representations and Certifications -- Commercial Items. The following clauses apply DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Paragraph (b), 252.204-7004 -- Required Central Contractor registration, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7012 -- Preference for Certain Domestic Commodities, 252.247-7023 -- Transportation of Supplies by Sea (10 U.S.C.2631), and 252.247-7024, Notification of Transportation of Supplies by Sea. Additional contract requirements are as follows: (1) Vendors shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government; (2) include a delivery schedule and the discount/payment terms; (3) include name of and be signed by an authorized company representative along with telephone number, facsimile number; (4) include their taxpayer identification number (TIN), Cage Code Number, and DUNS number; (5) in accordance with DFARS 204.73, Vendors must be registered in Central Contractor Registration (CCR). For solicitations issued after 31 May 1998, DoD will no longer award contracts to vendors not registered in the CCR data base. Registration may be done by accessing the CCR via the Internet at http://ccr.edi.disa.mil/. This is a DO-C9E rated order. This acquisition will be processed in accordance with the Simplified Acquisition Procedures. Offers are to be forwarded to the following address by not later than 2:00 p.m, 22 Nov 00: Defense Threat Reduction Agency, Albuquerque Operations Acquisitions (AMA), ATTN: JoAnn B. Carroll, 1680 Texas Street SE, Kirtland AFB, NM 87117-5669 (Faxed quotes will be accepted- 505-846-4246). The anticipated award date shall be on or before 30 Nov 00. The Government intends to award one (1) purchase order for the above requirement. All responsible sources may submit a quote which shall be considered by this agency.
Record
Loren Data Corp. 20001109/42SOL001.HTM (W-312 SN506284)

42 - Firefighting, Rescue and Safety Equipment Index  |  Issue Index |
Created on November 7, 2000 by Loren Data Corp. -- info@ld.com