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