Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2001 PSA #2979
SOLICITATIONS

45 -- FILTER BAGS

Notice Date
November 14, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
ZIP Code
23511-3392
Solicitation Number
N00189-02-T-0096
Response Due
November 23, 2001
Point of Contact
Winifred Wills, Purchasing Agent, Phone 757-443-1388, Fax 757-443-1376, Email winifred_f_wills@nor.fisc.navy.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-02-T-0096, a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk Hampton Roads intends to purchase the following item, CLIN 0001, 540 EA, Filter Bags, 8" X 300' OAL, P/N FW6514-7101, with the following specifications: bag style fabric: Burlington #I-625 (acid resistant finish) or approved equal; Fabric Designation: Fiberglass; Bag Dimensions-25ft. free bag length @ 50lb tension X 8" OD; Weight of material: 14 oz per SQ YD minimum; Material Weaves 3 X 1 twill; Bag Coating: 100" Teflon B lubricant for 10% add-on weight, or a combination of silicon graphite & teflon or approved equal; Permeability (Clean) 60 CFM per SQ FT @ 1/2" W.C.; Total weight of bag (cloth only) 5 LBS; Bag rings: (5 per bag) 1/8" Dia carbon steel w/zinc plating. Total weight of all rings for bag is 1 LB; Top Clamps: Sewn in compression band, 301 S.S. or approved equal; Bag Cap: Flanged and Rolled .Material:carbon steel with open eye hook; The efective cloth area per bag: 50.6 SQ FT; Bottom of bag to have sewn-in cord (3 /16" CORD); Cuff Length: 5-1/4". Brand name or Equal. Manufacturer is Midwesco Industries, Inc, Oklahoma City, OK. FOB , Norfolk, VA The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3322), FAR 52.215-5 Facsimile Proposals (OCT 1997), FAR 52.232-18 Availability of Funds (APR 1984). The RFQ document, (N00189-02-T-0096, provisions and clauses which have been incorporated are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clause apply: 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act -- Balance of Payments Program (SEP 1999), DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause ? (1) ?Central Contractor Registration (CCR) database? means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) ?Data Universal Numbering System +4 (Duns+4) number? means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) ?Registered in the CCR database? means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested service, with its unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by November 23, 2001. Offers can be faxed to (757-443-1376 or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: Winifred Wills, Code 202C3, Norfolk, VA.23511-3392. E-mail: Winifred_F_Wills@nor.fisc.navy.mil Reference RFQ N00189-02-T-0096, on your proposal. Numbered Note 1 Applies.=20 =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-02-T-0096/listing.h tml)
Record
Loren Data Corp. 20011116/45SOL002.HTM (D-318 SN5129N5)

45 - Plumbing, Heating and Sanitation Equipment Index  |  Issue Index |
Created on November 14, 2001 by Loren Data Corp. -- info@ld.com