|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 66 -- EDDY CURRENT INSTRUMENT SOL N00244-98-M-0378 DUE 081898 POC Bid
Officer, 619-532-2692, Contracting Officer, Ralph Franchi,
619-532-2568, fax: 619-532-2347, e-mail:
ralph_a_franchi@sd.fisc.navy.mil WEB: ., http://www.sd.fisc.navy.mil.
E-MAIL: Click here to contact the Contracting Officer via,
ralph_a_franchi@sd.fisc.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
format in the FAR Part 12.6 as supplemented with additional
information included in this notice. IMPORTANT NOTICE: DFARS
252.204-7004 "Required Central Contract Registration" applies to all
solicitations issued on/after 6-1-98. Lack of registration in the CCR
database will make an offeror/quoter ineligible for award of a
contract/purchase order. Please ensure compliance with this regulation
when submitting your quote. Call 888-227-2423/800-841-4431 or utilize
Internet at http://ccr.edi.disa.mil for more information. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. Solicitation
number: N00244-98-Q-0378. This solicitation is being issued as a RFQ
(Request for Quote). This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-05
and Defense Acquisition Circular 91-13. This solicitation is issued on
a unrestricted basis. The Standard Industrialization Classification
Code is 3829 and the business size standard is 500 employees. FISC San
Diego is announcing a requirement for the following material: Item
0001: Eddy Current Instrument (4) each, Instruments used for rotating
and manual hole inspection with the following minimum requirements;
Electroluminescent display (6 inch diagonal or larger), Light weight (8
lb. or less), Gain (0-90db), Single frequency (60 Hz-6 MHz), Alarms
(box gate, circular/sector gate, flashing LED's, audible), Internal
data storage (100 set ups), Conductivity measurement (range 1% to
110%), Coating thickness measurement, Serial Interface for PC, Analog
output for chart recorders, Batteries (6 ea. Alkaline or Nicad cells),
Sweep synchronization in scanner operation, Select able high pass
filters of 2 Hz in the static mode and adjustable every 5 Hz between
5Hz and 300 Hz in the static mode. Selectable low pass filters (30 Hz,
100 Hz, 1000Hz) in static mode and (300 Hz, 1000 Hz) in dynamic mode.
Item 0002: Soft shell carrying case, (4) each; Item 0003: Scanner
Standard Drive Unit, (4) each, specifications: Unit designed for one
hand operation, Unit designed to prevent dust and dirt intrusion,
Variable speed (600 rpm to 3000 rpm), Ergonomically designed to fit
hand, Short profile to scan in limited access areas, Interchangeability
of probes between both standard low-profile in the manufacturers line,
Scanner capable of driving a 1 inch diameter split slot DELRIN probe,
Transformer coupling of probe signal in scanner to maximize signal to
noise ratio (reduce noise); Item 0004: Scanner Unit Cable, (4) each;
Item 0005: Hard shell shipping case for scanner equipment (4) each;
Item 0006: Scanner Probes, 3/16 1/4, (2) each; Item 0007: Scanner
probes, 1/4 -- 5/16, (2) each; Item 0008: Scanner Probes, 5/16 3/8, (2)
each; Item 0009: Scanner Probes, 3/4 7/16, (2) each; Item 0010: Scanner
Probes, 7/16 1/2, (2) each; Probe specifications: Adjustable/expandable
diameter, Reflection-differential coil, 500 kHz center frequency,
Ferrite shielded, Recessed coil, 2.0" Working coil, 2.5" overall
length; Required delivery date for this system is (45) days after
receipt of contract/purchase order. Standard commercial packaging is
acceptable for the material in this requirement. Delivery of all
material will be made to: Naval Aviation Depot, Naval Air Station,
North Island, San Diego, CA 92135. Qualified vendors are requested to
submit the following information in order to have your response be
considered complete: (1) Firm Fixed Pricing, To include: Unit price,
and shipping costs (2) Payment terms, Cage code, Duns/Bradstreet#,
Taxpayers ID#, (3) Complete technical specifications: To include: model
number, manufacturer, equipment specifications, illustrations, etc, (5)
FAR Clause 52.212-3 must be filled out and returned with your quote.
The equipment offered shall be in accordance with the requirements of
the specifications and shall be the standard product of the contractor
and shall have been marketed and in the commercial field use for at
least one year prior to the date of this announcement. Contractor is to
provide standard commercial warranty information when submitting the
bid information. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE
AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND WILL
BE PROVIDED BY THE CONTRACTING OFFICER IN FULL TEXT UPON REQUEST. NOTE:
THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED
VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov
FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to
52.212-1 hereby applies: 52.214-31 Facsimile Proposals. 52.212-2
Evaluation of Commercial Items; (a) The Government will 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 and technical aspects considered. Offerors are
required to complete and include a copy of the following provision with
their proposals: FAR 52.212-3, Offerors Representation and
certifications Commercial Items. (52.212-3 only) FAR 52.212-4, Contract
Terms and Conditions Commercial Items, Addendum to FAR 52.212-4 hereby
applies: 5252.246-9401 Standard Commercial Warranty-Oct 1995 NavSup;
(Note: Standard commercial warranty clauses must be filled out and
returned with proposal); 52.247-34 FOB Destination. FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders commercial Items applies with the following applicable
clauses for paragraph (b): 52.219-14 Limitations on Subcontracting, FAR
52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative
Action for Handicapped Workers, FAR 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era, 252.225-7001
Buy American Act-Supplies; 52.225-18 European Community Sanctions for
End Products, DFARS 252.212-7001 Contract terms and conditions required
to implement statutes or executive orders applicable to defense
acquisitions of commercial items Mar 1998; 252.225-7001 Buy American
and Balance of Payment Program; DFARS 252.225-7001, Contract Terms and
Conditions Required to implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses and applicable for (b): DFARS 252.225-7012
Preference for Certain Domestic Commodities, 252.247-7024 Notification
of Transportation of Supplies by Sea, 252.210-7000 Brand Name or
Equal; DFARS 252.204-7004 Required Central Contract Registration.
Contractors submitting a bid for this requirement are required to
obtain the above listed clause and provision information. All Clauses
and Provisions must be reviewed. The Contracting Officer will provide
assistance if necessary. NOTE: If there any questions regarding
technical issues or contractual type, it is suggested that you compile
a list and fax or e-mail the list to the Contracting Officer. The
government intends to make a single award of a Firm Fixed Price
contract to the most responsible offeror whose bid provides the best
technical and cost value to the government. Quotes must be received no
later than 3:00 p.m. (PST) on 8/18/98. Offers from responsible
contractors may be FAXED to: Fleet and Industrial Supply Center,
Regional Contracts Dept., Code 2611, Attn.: Ralph Franchi, San Diego,
CA 92132. Fax no.: 619-532-2347. Requests for information regarding
this solicitation may be addressed to Contracting Officer. Inquiries
may also be addressed via e-mail to: ralph_a_franchi@sd.fisc.navy.mil
Do not mail in your quotations. Reference solicitation number:
N00244-98-Q-0378 on all documents and requests for information. This
solicitation is issued as unrestricted. Posted 08/11/98 (W-SN235278).
(0223) Loren Data Corp. http://www.ld.com (SYN# 0416 19980813\66-0004.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|