Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1999 PSA#2261

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

16 -- LEFT AND RIGHT SIDE PITOT-STATIC PROBES SOL N00244-99-T-0136 DUE 012999 POC Catherine I. McCollum, (619) 532-2886 WEB: Click here to obtain more information regarding FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracts Specialist via, catherine_i_mccollum@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 is N00244-99-T-0136. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. This solicitation is issued on a sole-source basis. FISC San Diego has a requirement for the following items: ITEM 0001 is for twenty-four (24) right-sided pitot-static probes, P/N 0856RN2. ITEM 0002 is for seventeen (17)left-sided pitot-static probes, P/N 0856RN1. Justification for other than full and open competition is FAR 6.302-1, Only one source or only a limited number of responsible sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. The Government intends to negotiate with Rosemount Aerospace, Incorporated only. Required delivery for ITEM 0001 is 12 units to be delivered 36 weeks after issuance of the order, and the remaining 12 units to be delivered 40 weeks after issuance of the order. Required delivery for ITEM 0002 is 36 weeks after issuance of the order. Delivery shall be made to the Naval Aviation Depot North Island in San Diego, CA. Acceptance shall be at destination. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-2, 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 to 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 adendum clauses; FAR 52.211-5, Material Requirements and FAR 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes 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 Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; DFARS 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. DFARS 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 clause applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program. Provision 52.212-2, Evaluation of Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the single, responsible Offeror that meets the solicitation's minimum criteria for technical acceptability and does so 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 all Line Items. 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 commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 2:00 p. m. PST, Friday January 29, 1999, and will be accepted via FAX (619-532-2575) Attn: Catherine McCollum. Clause information can be downloaded from the Internet from the following addresses; http://www.arnet.gov/far/ or http://farsite.hill.af.mil/vfdfarspdf.htm Posted 01/11/99 (W-SN286751). (0011)

Loren Data Corp. http://www.ld.com (SYN# 0155 19990113\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page