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