|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 35 -- SERVICE AND TRADE EQUIPMENT SOL N00600-97-R-0357 DUE 022897 POC
No solicitation document will be issued. Fax quotations to Customer
Services Center at (202) 433-9569. For further information, contact
Vivienne Clarke, Purchasing Agent on (202) 685-1274. FISC NORFOLK
DETACHMENT WASHINGTON, 901 M ST., S.E., BLDG. 200 4th FL., WASHINGTON,
DC 20374-5014 WOODWORKING MACHINERY AND EQUIPMENT ( COMMERCIAL ITEMS)
SOL N00600-97-R-0357 DUE 022897 POC Vivienne Clarke, Purchasing Agent
(202) 685-1274 OR Carolyn Glover, Contracting Officer (202) 433-4411.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared
in accordance with the format in FAR 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
N00600-97-R-0357 is issued as a request for proposal (RFP) . (iii) The
solicitation document and incorporated provisions and clauses are
those in effect through FEDERAL ACQUISTION CIRCULAR #45. (iv) FAR
52.219-6, Notice of Total Small Business Set-Aside is hereby
incorporated by reference. The standard industrial classification code
is 3553 and the small business size standard is 500 employees. (v)
CLIN 0001: Wood planner, 10HP, 3-Phase, 20X9" capacity (quantity 1),
item # BW-508. CLIN 0002: Jointer, 16x98" bed (quantity 1), item
#BW-16JC. CLIN 0003: Vertical Woodcutting Bandsaw 22", 3 Phase
(quantity 1) item # PBS-540. CLIN 0004 7-1/2 hp, 3-Phase, Dust
Collecting System (quantity 1), item 50-904. CLIN 0005: Air Filtration
Unit, 1000CFM (quantity 2), item #1000. CLIN 0006 Widebelt Sander,
37",2-Head, V.S (quantity 1), item # BW-37-2.CLIN 0007: Hollow Chisel
Mortiser W/M (quantity 1),item MS-12. CLIN 0008: Tilting Spindle Wood
Shaper (quantity 1), item BW-512TS. (vi) DESCRIPTION OF REQUIREMENTS:
The Fleet Industrial Supply Center Detachment Washington intends to
procure wood cutting tools for use at the Naval Criminal Investigative
Service, Washington. This requirement is only for the supplies and
quantities listed above and the installation will be provided by the
government. The supplies provided must meet the following minimum
specifications: Bridgewood brand or equalto product. (vii)DELIVERY is
to be made FOB Destination to Director Naval Criminal Investigative
Service, Bldg 22, Attn. 26B, Washington Navy Yard, 901 M St. S.E.,
Washington, DC 20388-5380 by 032197. Acceptance shall be made at
destination. (viii) FAR 52.212-1 Instructions to Offerors Commercial,
is incorporated by reference and applies to this acquisition (ix) FAR
52.212-2, Evaluation-Commercial Items, is incorporated by reference and
applies to this acquisition. ADDENDUM 52.212-2, Para (a) The following
factors shall be used to evaluate offers: technical capability and
price. Technical capability is approximately equal to price. (x)
Offerors Shall include a COMPLETED copy of the provision at FAR
52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS,
with its proposal. (XI) FAR 52-212-4 "Contract Terms and Conditions
Commercial Items" is incorporated by reference and applies to this
acquisition and resulting contract. The following terms and conditions
are added as an addendum to this clause type contract. The resulting
contract will be firm fixed price. FAR 52.232-18 Electronic Funds
Transfer Payment (Apr 1984). FAR 52.212-5 Contract Terms And Conditions
Required To Implement Statutes Or Executive Orders Commercial Items,
(Oct 1995) is incorporated in this contract by reference, however for
paragraphs (b) and ( c )only the following provisions apply to this
acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the
Government with Alternate L FAR 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity (4) U.S.C. 423. FAR 52.219-8, Utilization
of Small Business Concerns and Small Disadvantaged Business Concerns
(15 U.S.C. 637(d)(2) and (3)). FAR 52.219-4, Limitation on
Subcontracting. FAR 52.222-26, Equal Opportunity (E.O 11246.) FAR
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (38 U.S.C. 4212)FAR52.222-36, Affirmative Action for Special
Disabled and Vietnam Era Veterans (38 U.S.C. 4212). FAR 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212) FAR 52.225-3, Buy American Act-Supplies
(41 U.S.C. 0). FAR 52.225-18, European Community Sanctions for End
Products (E.O. 12849).(xiii) ADDITIONAL CONTRACT REQUIREMENTS: STANDARD
COMMERCIAL WARRANTY, SUP 5252.246-9401(Jan 1992) The contractor shall
extend to the Government the full coverage of any standard commercial
warranty normally offered in a similar commercial sale, provided such
warranty is available at no additional cost to the Government
Acceptance of the standard commercial warranty does not waive the
Governments rights under the "Inspection" clause nor does it limit the
Government's rights with regard to the other terms and condition of
the contract shall take precedence over the standard commercial
warranty. The standard commercial warranty period shall begin upon
final acceptance of the applicable material and/or services listed in
the Schedule. The Contractor shall provide a copy of its standard
commercial warranty (if applicable) with its offer.(xiv) DPAS rating is
N/A (xv) Offeror MUST acquaint themselves with the NEW regulations
concerning Commercial Item acquisitions contained at FAR subpart 12 and
must ensure that all Representations and Certifications are executed
and returned as called for in this synopsis/solicitation. For questions
regarding this specific acquisition contact Ms. Vivienne Clarke (202)
685-1274 or Carolyn Glover at (202) 433-4411. (0055) Loren Data Corp. http://www.ld.com (SYN# 0239 19970226\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|