|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 19 -- INFLATABLE BOATS SOL N00244-98-Q-0395 DUE 090998 POC Joan Balazs
FAX 619-532-2347 Phone 619-532-2892 WEB: Click here to obtain more
informatin regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click
here to contact the Contracting Officer via,
joan_balazs@sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation
number for this Request for Quotation is N00244-98-Q-0395. This
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-05. This solicitation is
issued on a restricted basis, under Standard Industrial Code 3089 with
a small business standard of 500 employees. FISC San Diego has a
requirement for the following items: (1) inflatable boat, Thunderduck
Model 4700WB or equal, cloth,2000 detex poly, color black, approx. size
length overall 15', outside beam 7'4", dry weight 220lbs, load rating
2420 lbs, working load 1800 lbs., maximum passengers 11, maximum HP
1X70, Recommended HP 1X55, quantity 3 each : (2) Spare Parts List to
consist of the following items, floor joiner 1 each, glue 1 pint,
material 2 sq.ft., poppet valve cover 3 each, pump, 1each high volume
foot, repair instruction sheet 1 each, schrador adapter valve 1 each,
socket tool 1each, valves; topping valve 1 each, pressure relief valve
5.5, 1 each, pressure relief valve 10 psi, 1 each, valve 90 degree
dedicated inlet check 1 each, quantity 3 each. Required delivery is to
EOD Group 1, San Diego, CA. Acceptance shall be at destination. The
following provision apply FAR 52.212-1, Instructions to Offerors
Commercial Items, Addendum to FAR 52.000-1, Paragraph (b) (5) Offers
shall provide an express warranty which at a minimum shall be the same
warranty terms, including offers of extended warranties, offered to
the general public. Express warranties shall be included in the
contract. Offerors are required complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and certifications Commercial Items. Clause FAR 52.212-4
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7
Other than New Material, Residual Inventory, and Former Government
Surplus Property. The clause at 52.212-5 Contract Terms and Conditions
Required To Implement Statues or Executive Orders Commercial Item
applies with the following applicable clauses for paragraph (b): 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, DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or after 6/1/98. Lack of registration in the
CCR database will make an offeror/quoter ineligible for award. Please
ensure compliance with this regulation when submitting your quote. Call
1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more
information. DFAR 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, applies with the following clauses
applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and
Balance of Payment Program, and DFAR 252.225-7012 Preference for
Certain Domestic Commodities. The Government intends to make a single
award to the responsible Offeror whose offer is the most advantageous
to the Government considering price and price related factors.
Provision 52.212-2 Evaluation Commercial Items applies with paragraph
(a) completed as follows: Award will be made to the Offeror that meets
the solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable the Offeror must
furnish product literature that demonstrates the products offered meet
all requirements stated in the above purchase descriptions for Line
Items 0001 and 0002. All responsible Offerors are to submit current
pricing, delivery time, payment terms, cage code, Dunn and Bradstreet
number, Tax Identification Number and all applicable specifications
regarding this solicitation. Also required are copies of applicable
commercially published price lists pertaining to your company's
products that meet the specifications. Quotes must be received no later
that 3:00 p.m. PST, September 9, 1998 and will be accepted via FAX
(619-532-2347) Attn: Joan Balazs Clause information can be downloaded
from the internet from the following addresses;
http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/24/98
(W-SN240960). (0236) Loren Data Corp. http://www.ld.com (SYN# 0209 19980826\19-0001.SOL)
19 - Ships, Small Craft, Pontoons and Floating Docks Index Page
|
|