Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5, 2001 PSA #2761
SOLICITATIONS

53 -- HI TORQUE PINS

Notice Date
January 3, 2001
Contracting Office
Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212
ZIP Code
92132-0212
Solicitation Number
N00244-01-T-0275
Response Due
January 23, 2001
Point of Contact
Joan Balazs FAX 619-532-2347 Phone 619-532-2892
E-Mail Address
Click here to contact the Contracting Officer via (joan_balazs@sd.fisc.navy.mil)
Description
This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 19 as supplemented with additional information included in this notice, The solicitation number for this Request for Quotation is N00244-01-T-0275. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. This solicitation is issued on a restricted basis, under Standard Industrial Code 3452, NAICS Code 332722 with a small business standard of 500 employees. FISC San Diego has a requirement for the following: CLIN 0001 -- Collar, QTY 312 each, P/N HLT370-5. CLIN 0002 -- Hi Torque Pin, QTY 100 each, P/N HLT334TL-6-4. CLIN 0003 -- Hi Torque Pin, QTY 208 each, P/N HLT341TL-5-4. CLIN 0004 -- Hi Torque Pin, QTY 112 each, P/NHLT641TL-6-10. CLIN 0005 -- Hi Torque Pin, QTY 184 each, P/N HLT706TB-6-10. CLIN 0006 -- Hi Torque Pin, QTY 100 each, P/N HLT706TB-6-13. CLIN 0007 -- Hi Torque Pin, QTY 100 each, P/N HLT707JJ-6-11. CLIN 0008 -- Hi Torque Pin, QTY 100 each, P/N HLT706JJ-8-24. CLIN 0009 -- Hi Torque Pin, QTY 100 each, P/N HLT706JJ-8-25. CLIN 0010 -- Hi Torque Pin, QTY 100 each, P/N HLT706JJ-8-36. CLIN 0011 -- Hi Torque Pin, QTY 100 each, P/N HLT706JJ-8-40. CLIN 0012 -- Hi Torque Pin, QTY 100 each, P/N HLT707JJ-8-8. CLIN 0013 -- Hi Torque Pin, QTY 100 each, P/N HLT707-8-11. CLIN 0014 -- Hi Loc Pin, QTY 104 each, P/N HST11TB-6-5. CLIN 0015 -- Washer, QTY 100 each, P/N MS2129C9. CLIN 0016 -- Blind Rivet, QTY 100 each, P/N NAS1581A4R-04. CLIN 0017 -- Blind Rivet, QTY 100 each, P/N OS4B100-T6-4. CLIN 0018 -- Rivet, Qty 105 each, P/N HLT441TL-5-5. Required delivery is to NAS 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 52.209-6 Protecting the Government's Interest When Subcontracting with contractors Debarred, Suspended or proposed for Debarment. FAR 52.211-17 Delivery of Excess Quantities. FAR.214-34 Submission of Offers In The English Language. FAR 52.214-35 Submission of Offers In U.S. Currency. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.225-13 Restriction on Certain Foreign Purchases. FAR 52.226-1 Utilization of Indian Organizations and Indian Owned Economic Enterprises. FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.242-15 Stop work Order. FAR 52.247-34 FOB Destination. FAR 52.211-5, New Material,. 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 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era,DFAR 252.207-7003 Control of Government Personnel Work Product. DFAR 252.225-7002 Qualifying Country Sources as Subcontractors. DFAR 252-225-7016 Restriction on Acquisition of Ball and Roller Bearings. DFAR 252.225-7036 Buy American-North American Free Trade Agreement Implementation Act -- Balance of Payments Program. DFAR 252.225-7037 Duty Free Entry-Eligible End Products. DFAR Pricing Of Contract Modifications. DFAR 252.246-7000 Material Inspection and Receiving Report. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate. 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 252.225-7000 Buy American Act -- Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. DFAR 252.212-7000 Offeror Representations and Certifications- Commercial Items. DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate. DFAR 252.225-7006 Buy American Act-Trade Agreements-Balance of Payments Certificate. DFAR 252.225-7020 Trade Agreements Certificate. DFAR 252.225-7035 Buy American Act- North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate. 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 0001-0005. 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, January 23, 2001, and will be accepted via FAX (619-532-2347) Attn: Joan Balazs Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq.osd.mil/dp/dars/dfars/dfars.html
Web Link
Click here to obtain more information regarding FISC (http://www.sd.fisc.navy.mil)
Record
Loren Data Corp. 20010105/53SOL001.HTM (W-003 SN50A089)

53 - Hardware and Abrasives Index  |  Issue Index |
Created on January 3, 2001 by Loren Data Corp. -- info@ld.com