Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087

U.S. Geological Survey, MS 204, 12201 Sunrise Valley Drive, Reston, Va 20192

39 -- OCEANOGRAPHIC WINCHES SOL 98HQQQ0243 DUE 052698 POC Patricia Goree, Contracting Officer, (703) 648-7396, (703) 648-7901 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. AWARD WILL BE MADE UNDER THE SIMPLIFIED ACQUISITION THRESHOLD. NO OTHER WRITTEN SOLICITATION EXISTS. Vendor should respond to Request For Quote # 98HQQQ0243 which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-01. This solicitation is 100% set-aside for small business. The applicable Standard Industry Code is 3531, with a size standard of 500 employees. The U.S. Geological Survey, Geologic Division, Woods Hole Field Center, Falmouth, MA has a requirement for Two(2) Oceanographic Winches. Specifications: Electrical: 220vac/3 phase/ 60hz, constant duty rated motor, marine rated for weather, 30 meter electrical cable for connection to ship, two (2) 110 vac weatherproof electrical outlets mounted on winch. Mechanical: 18" minimum bend radius on drum, capable of storing 400 meters of 0.8" electromechanical cable with 1-2" of free flange, level wind, fail, safe braking, continuous variable speed control with minimum throw to facilities rapid up/down control by operator, slip ring assembly to mount inside drum or on hub in such a fashion as to be protected and not to extend beyond winch frame. USGS to supply slip ring. Line Pull: 1200 pounds at mid drum. Line speed: 200 feet/minute at mid drum. Construction: welded steel with stainless steel fittings as required, Appropriate panels and gauges, standard paint finish. Standard commercial warranty should be included. Delivery shall be FOB Destination to USGS/Geologic Division, Woods Hole Field Center, 35W Woods Hole Road, Falmouth, MA 02540. This solicitation requires the submission of descriptive literature or other documentation; manufacturer or brand name and model of the item; and show how offered product meets or exceeds requirements as specified in the specifications above. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition with the following evaluation criteria to be included in paragraph (a):(i) price, (ii)technical capability, and (iii) past performance. Importance of the specific evaluation criteria is in descending order and will be based on information submitted in response to this RFQ. It is recommended that information be included that demonstrates that the item offered meets all of the solicitation requirements. In accordance with FAR Provision 52.212-2, the Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, technical capability, and past performance factors considered. Price shall be based on the overall cost of the unit including shipping, installation, removal and trade-in. Technical ability will be based on product literature, technical features and warranty provisions. Past performance shall include recent and relevant contracts for the same or similar items that were awarded or performed within the past 3 years or are currently in force. The Past performance List shall include the following: 1) name, address, telephone number of the contracting organization, and Contracting Officer; 2) contract number, item description, and dollar value; and 3) date of contract and period of performance. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items and FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items apply to this acquisition. Also, the FAR Clause at 52.212-5, Contract Terms and Conditions required to implements Statutes or Executive Orders -- Commercial Items, including paragraph b, Subparagraphs (3) 52.219-8, (5) 52.219-15, (6) 52.222-26, (7) 52.225-35, (8) 52.222-36, (9) 52.222-37, (10) 52.225-3, (11) 52.225-9, (13) 52.225-18, (15) 52.225-21 with Alt 1. In addition, FAR clauses 52.225-1, 52.225-2 with Alt 1, 52.214-34, 52.214-35, 52.222-20, 52.232-33, and 52.232-34 are applicable to the acquisition. In accordance with FAR provision 52.212-1(b), Instructions to Offerors-Commercial Items, offers must be submitted on letterhead stationary and include the following: RFQ number; the date and time specified in the solicitation for the receipt of offers; the name, address, telephone and fax numbers of the offeror; a technical description of the items being offered to sufficient detail to evaluate with the requirements in the solicitation. This description may include product literature or other documents as necessary; terms of any express warranty; price and any discount terms; "Remit to" address, if different than mailing address; a completed copy of the representation and certifications at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items and FAR 52.225-1, Buy American Certificate; Past Performance List (described above); and a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish the required representations or information, or that reject the terms and conditions of the solicitation, may be excluded from consideration. Offerors must agree to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Quotes should be faxed to Patricia Goree (703) 648-7901 by COB on May 26, 1998. (0120)

Loren Data Corp. http://www.ld.com (SYN# 0251 19980504\39-0002.SOL)


39 - Materials Handling Equipment Index Page