|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1998 PSA#2180U.S. Department of the Interior, Bureau of Reclamation, Upper Columbia
Area Office, P.O. Box 1749, Yakima, WA 98907-1749 53 -- WOVEN WIRE SCREEN SOL 1425-98-SQ-1U-00030 DUE 092498 POC Becky
Neuman 509-575-5848 ext 241 E-MAIL: click here to contact C.O. via
e-mail, bneuman@pn.usbr.gov. This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format 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.
Solicitation No. 1425-98-SQ-1U-00030 is issued as a Request for Quotes
(RFQ) and incorporates provisions and clauses in effect through
Federal Acquisition Circular 97-04. This acquisition is a small
business set-aside. The size standard is 500 employees and the standard
industrial classification code is 3496. The Yakima Field Office, has a
fixed price requirement for furnishing and delivery of the following
items: CLIN 0001 -- Woven Wire Screen, 4 1/2" mesh, .105 diameter, (12
ga.), T304 Stainless Steel, clear span, .117 inch, 72 inches wide, 48
feet length, quantity of 12 rolls; EACH ROLL SHALL NOT BE ROLLED AND
SHIPPED IN LESS THAN 3 FEET 6 INCH ROLLS, INSIDE DIAMETER. Place of
delivery will be Bureau of Reclamation, Yakima Field Office, 1917 March
Road, Yakima, WA 98901-2058. Required delivery will be Oct 30, 1998.
The following FAR provisions and clauses apply to this acquisition:
52.212-1 Instructions to Offerors -- Commercial Items (APR 98),
52.212-2 Evaluation -- Commercial Items (OCT 97), 52.212-3 Offeror
Representations and Certifications -- Commercial Items (JAN 97),
52.212-4 Contract Terms and Conditions -- Commercial Items (APR 98),
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (APR 98), Clause 52.215-5,
paragraph (b) is tailored to incorporate the following clauses by
reference: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3,
52.225-9, 52.225-18, and 52.225-21. The Government intends to make a
single award to the responsible bidder whose bid is most advantageous
to the Government. Evaluation will include price, price-related
factors, past performance and verification that the offer meets the
technical specification. Bidders are to include a completed copy at the
provision at 52.212-3, Offeror Representations and Certifications --
Commercial Items (JAN 97), with the RFQ. Offerors may request a copy of
this clause to be faxed to them. The closing time and date for receipt
of proposals is 12 noon, September 24, 1998, local time. Offers are to
be mailed to the following address; Bureau of Reclamation, Attn. Becky
Neuman, Bid Depository, 1425-97-SQ-10-00020, P.O. Box 1749, Yakima, WA
98907-1749. All sources responding to this synopsis/solicitation shall
do so in writing. Telephone responses will not be accepted. All
sources responding to this synopsis shall submit information relating
to business status, including identification as to whether small,
large, minority-owned and or women-owned. All responsible sources may
submit a bid, which will be considered by this agency.***** Posted
09/11/98 (W-SN248592). (0254) Loren Data Corp. http://www.ld.com (SYN# 0275 19980915\53-0001.SOL)
53 - Hardware and Abrasives Index Page
|
|