|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 31 -- BUSHINGS FOR THE F18 AIRCRAFT WINGS SOL N00244-98-T-0015 DUE
091698 POC Joan Balazs FAX 619-532-2892 phone 619-532-2892 WEB: Click
here to obtain more information regarding FISC,
http://www.sd.fisd.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-T
0015. 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 3366 with a small business standard of 500employees. FISC San
Diego has a requirement for the following items: Bushings for the F18
AIRCRAFT Wings, 59 line items, quantity 500 each per line item, for the
following part numbers: 137510-1, 137510-2, 137510-3, 137510-4,
137510-5, 137510-6, 137510-7, 137510-8, 137510-9, 137510-10, 137510-11,
137510-12, 137510-13, 137510-14, 137510-15,137510-16, 137510-17,
137510-18, 135081-1, 135081-2, 135081-3, 135081-4, 135081-5, 135081-6,
135081-7, 135081-8, 135081-9, 135081-10, 135081-11, 135081-12,
135081-13, 135081-14, 135081-15, 135502-1, 135502-2, 135502-3,
135502-4, 135502-5, 135502-6, 135502-7,135502-8, 135502-9, 135502-10,
135502-11, 135502-12, 135502-13, 13502-14, 135502-15, 135502-16,
135502-17, 135502-18, 135502-19, 135502-20, 135502-21, 13502-22,
135502-23, 135502-24, 135502-25, 135502-26 Delivery will be to NAS
North Island, San Diego, CA. Required delivery is NAS North Island, 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 followingprovisions 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. 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 16, 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 09/03/98
(W-SN245375). (0246) Loren Data Corp. http://www.ld.com (SYN# 0298 19980908\31-0002.SOL)
31 - Bearings Index Page
|
|