Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1996 PSA#1661

Naval Air Warfare Center AD, Contracts Dept. Code 233, Bldg 129-2, Lakehurst, NJ 08733-5083.

66 -- BALLISTIC CALIBRATORS QTY 1 EACH BRAND NAME OR EQUAL SOL N68335-96-R-0084 DUE 090496 POC Bernice Kephart, Code 213BK, Contract Specialist, (908) 323-2065. 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. The solicitation is a Request for Proposal #N68335-96-R-0084. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 94-39. This solicitation is set-aside for small business. The Standard Industrial Code is 3825 and the small business size standard is 500 employees. Item # Description Quantity Unit 0001 Ballistic Calibrator E G & G Flow Technology P/N MT-01, or Flow Dynamics P/N BDCL1 or equal 1 EA; 0002 Ballistic Calibrator EG & G Flow Technology, P/N MT-10 or Flow Dynamics P/N BDCL10 or equal 1 EA; 0003 Ballistic Calibrator EG & G Flow Technology, P/N OT-400 or Flow Dynamics P/N BDCL400 or equal 1 EA. SALIENT CHARACTERISTICS Purpose of these calibrators is for calibration of Liquid Flow Ranges of 0.001 GPM to 400 GPM and calibration of all principle types of flowmeters. Operating Temperature is 60 degrees F to 120 degrees F. Calibration Accuracy is 0.05%, viscosity range is 10,000 centistrokes maximum, Unit must be directly traceable to the National Institute of Standards and Technology. Unit must be capable of calibrating without modification the support equipment unit P/N 87500225 currently in the possession of the Spanish Air Force. The provision at 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition. The following is an addendum to 52.212-1. ADDENDUM TO 52.212-1 - Submission of Proposals - The contractor is requested to submit descriptive literature as part of the offer, which must be received before the time set for receipt of offers. The literature furnished must be identified to show the item in the offer to which it pertains. The descriptive literature is required to establish for the purposes of offer evaluation and award, details of the products the offeror proposes to furnish that are pertinent to significant elements such as (1) design, (2) materials, (3) components, (4) performance characteristics, and (5) methods of manufacture, assembly, construction or operation. The offers received will be evaluated on the information provided in the descriptive literature as it compares to the salient characteristics. The descriptive literature should indicate compliance with all areas of the salient characteristics. TECHNICAL ACCEPTABILITY - Technical acceptability will be based on comparison between descriptive literature and the salient characteristics. Warranty Terms should be included in the descriptive literature. The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 1995) (TAILORED) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest priced technically acceptable offer. Technical capability of the item offered to meet the Government's requirements and Price are the two (2) factors which will be used to evaluate offers. Award will be made to the offer which meets the salient characteristics and is lowest in price. Offers will be evaluated on a strict pass/fail basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before an award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 1995) DELIVERY SCHEDULE - Delivery is required within 8 weeks after receipt of contract. Inspection and acceptance at origin. SHIPPING INSTRUCTIONS Material to be shipped on commercial bills of lading to Fernando Roque TISA, Smith & Johnson Warehouse, 842 Elston Street, Rahway, NJ 07065, M/F: Code A. All shipments to be made by traceable means. Packing and packaging materials shall provide protection from abuse during handling and from environmental, magnetic and electrical damage during handling and subsequent future storage possibly under less than desirable conditions. Each unit, component, and related part shall be preserved to accommodate Level ''A'' packaging and packing per MIL-STD-2073-1B. Packages and shipping containers shall be marked as follows: 1. FMS CASE SP-P-BPK Spain 2. For ''Laboratorio De Calibracion GLT-GETAFE'' 3. RSN: A01 4. PDLI: 1BZ0 5. Project Code: 1AC 6. Vendor's FSCM or CAGE Number: 7. Quantity and Part Number: 8. MILSTRIP Number: (Provided herein) 9. From: (Vendor's Address) 10. Ship to: (Address provided herein) Markings are to be applied by any durable means that will ensure legibility. Item #0001 - Milstrip Number PSPT44/4291/6052/OBPK/1AC Item #0002 - Milstrip Number PSPT44/4291/6053/OBPK/1AC Item #0003 - Milstrip Number PSPT44/4291/6054/OBPK/1AC Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755), and (2) 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759). The additional FAR clauses which the contractor must comply with are: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (41 U.S.C. 423), (3) 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d)(2) and (3)), (4)52.219-14, Limitation on Subcontracting (15 U)S)C) 637(a)(14)), (5) 52.222-26, Equal Opportunity (E.O. 11246), (6) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), (7) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), (8) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.225-9, Buy American Act - Trade Agreements Act - Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582), (10)52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187), (11) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241). 252.225-7035 BUY AMERICAN ACT - NORTH AMERICAN FREE TRADE AGREEMENT IMPLEMENTATION ACT - BALANCE OF PAYMENTS PROGRAM CERTIFICATE (MAY 1995) (DFARS) applies to this acquisition. Contractor must include a completed copy of this clause and certifications with his offer. A commercial warranty for a 12 month period is required on this procurement. This acquisition is assigned a DO rating of C9(e). CBD Note 1 applies. The time and date offers are due at the Naval Air Warfare Center, Contracts Department, Bldg. 129, Route 547, Lakehurst, NJ 08733-5082, is 4:00 P.M.EDT, 4 September 1996. For information concerning the acquisition, contact Bernice Kephart, Code 213BK, (908) 323-2065. (0228)

Loren Data Corp. http://www.ld.com (SYN# 0268 19960816\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page