Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18, 2001 PSA #2874
SOLICITATIONS

42 -- FIRE EXTINGUISHER KITS

Notice Date
June 14, 2001
Contracting Office
Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083
ZIP Code
08733-5083
Solicitation Number
N68335-01-R-0326
Response Due
June 28, 2001
Point of Contact
L.Bishop, Contract Specialist, (732)323-4771, fax (732)323-4822
E-Mail Address
click here to contact the contract specialist (bishopla@navair.navy.mil)
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number N68335-01-R-0326 is issued as a competitive request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is a small business set aside in accordance with FAR 52.219-6. NAICS is 339999. (v) Contract Line Item Numbers (CLINS) are as follows: CLIN 0001 Fire Extinguisher Kit IAW Statement of Work -- 150 each. One operation and maintenance manual shall be included with each kit. (vi) Each Fire Extinguisher Kit contains the following: CLEANGUARD 14 (FE-36), P/N CA-1481, 2 (two) each (CAGE 03670); Bracket, Fire Extinguisher, P/N 30937, NSN 4210-01-147-6483, 2 (two) each (CAGE 03670); Rivet, Blind, P/N MS20600AD8W3, NSN 5320-00-721-5387, 4 (four) each (CAGE 96906); Rivet, Blind, P/N MS20600AD8W8, NSN 5320-00-061-9653, 4 (four) each (CAGE 96906). (vii) All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence within 120 days after contract award at a rate of 50 units per month. FOB Destination. Ship 75 each to: N00187, Navy Public Works Center, Bldg. NM-92 CODE 30M, Norfolk, VA 35111, M/F: MGYST McDonald (757-444-7334). Ship 75 each to: N65888, Naval Aviation Depot, North Island, San Diego, CA 92135, M/F: Mobile Facilities Complex, Bldgs. 342/488 (619-545-2310/2312). Inspection and Acceptance at Source. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal in two volumes: Volume 1 -- Price Proposal, Certifications and Representations, Volume 2 -- Operations and Maintenance Manual and Descriptive Literature. Offeror is also to provide the terms of commercial warranty of at least one year and past sales history for the same or similar items. For example: the number of units sold, customer sold to, point of contact, previous Government contracts. Descriptive Literature must be furnished as part of the offer. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the Statement of Work stated above. (ix) FAR 52.212-2, Evaluation -- Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. Offers will be evaluated on a strict pass/fail basis. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.225- 13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. (xiii) Additional requirements. Warranty: The Offeror's commerical warranty of at least one year shall apply and should be stated in the Operation and Maintenance Manual. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. (xiv) Cost proposal, operation/maintenance manual, and descriptive literature are due by 3:00 p.m. EST, 28 JUNE 2001 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25221 L. Bishop, Hwy 547, Bldg. 129-2, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xv) Name and telephone number of individual to contact for information regarding the solicitation: Lori Bishop, (732) 323-4771, fax (732) 323-4822, e-mail: bishopla@navair.navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select "Business" then "Doing Business With Us" and "Open Solicitations." Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals.
Record
Loren Data Corp. 20010618/42SOL002.HTM (W-165 SN50O9A0)

42 - Firefighting, Rescue and Safety Equipment Index  |  Issue Index |
Created on June 14, 2001 by Loren Data Corp. -- info@ld.com