|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1999 PSA#2451Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 31 -- BEARING SOL N00164-00-Q-0002 DUE 102199 POC Ms. Diane Pearson,
Code 1163W7, telephone 812-854-5201, FAX 812-854-3805; Ms. Luann
Shelton, Contracting Officer WEB: click here to download copy of RFQ,
http://www.crane.navy.mil/supply. E-MAIL: click here to contact via
e-mail, pearson_d@crane.navy.mil. This is a Combined
Synopsis/Solicitation for noncommercial items prepared in accordance
with the format in FAR Subpart 13, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation. A Written Solicitation Will Not Be Issued.
Solicitation #: N00164-00-Q-0002 applies and is issued as a Request for
Quote (RFQ). This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-13
and Defense Acquisition Circular 91-13. The standard industrial code
is 3562 and the business size standard is 750 employees or less. This
requirement is as follows. Line item 0001: Description: Bearing,
Quantity 400 each, fabrication in accordance with Airesearch drawing
number 955103-1; which is available for downloading @
www.crane.navy.mil/supply. Quantity 10 each will be required for
testing /specification compliance prior to shipment of remaining 390
each if company has not previously manufactured thesebearings. The
Government will require 15 days for testing/specification compliance.
Shipping terms shall be F.O.B. Destination with inspection and
acceptance at NAVSURFWARCENDIV CRANE. The Government intends to award
to the responsible contractor whose quotation is the most advantageous
to the Government considering price and price-related factors. The
offers will be evaluated on the following factors: Technical
specification compliance, past performance and price. Technical
specification compliance and past performance are equal, and when taken
together are significantly more important than price. The Contractor
shall provide past performance for same/similar products/specification
with other Government Agencies, public or local Government for the
past three years.All responsible sources may submit an offer, which
will be considered by the Agency. A Firm-Fixed Price purchase order
will be awarded based on Simplified Acquisition Procedures (SAP). In
SAP, this procurement is reserved for Small Business concerns. Award
will be made based on all or none. The following provisions apply to
this acquisition: 52.203-3 Gratuities; 52.222-25 Affirmative Action
Compliance [FILL-IN]; 52.222-26 Equal Opportunity; 52.232-1 Payments,
52.233-1 Disputes; 252.243-7001 Pricing of Contract Modifications;
52.246-1 Contractor Inspection Requirements; 52.252-2 Solicitation
Provisions Incorporated by Reference; 52.219-1 Small Business Program
Representations [FILL-IN]; 52.232-23 Alt I Assignment of Claims;
52.222-36 Affirmative Action for Workers with Disabilities; 52.225-11
Restrictions on Certain Foreign Purchases; 252.225-7000 Buy American
Act-Balance of Payments Program Certificate; 252.225-7001 Buy American
Act and Balance of Payments Program; 252.225-7002 Qualifying Country
Sources as Subcontractors; 252.225-7009 Duty-Free entry Qualifying
Country End Products and Supplies; 52.232-8 Discounts for Prompt
Payment; 52.204-3 Taxpayer Identification [FILL-IN]; 52.207-4 Economic
Purchase Quantity-Supplies [FILL-IN]; 52.219-8 Utilization of Small,
Small Disadvantaged and Women-Owned Small Business Concerns; 52.222-21
Certification of Nonsegregated Facilities; 52.222-35 Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37
Employment Reports on Disabled Veterans and Veterans of the Vietnam
Era; 52.211-5 Material Requirements; 52.246-16 Responsibility for
Supplies; 52.249-1 Termination for Convenience of the Government (Fixed
Price) (Short Form); 52.225-3 Buy American Act-Supplies; 52.233-3
Protest after Award; 52.222-20 Walsh-Healey Public Contracts Act;
52.222-22 Previous Contracts and Compliance Reports; 52.243-1 Alt I
Changes-Fixed-Price; 52.211-14 Notice of Priority Rating for National
Defense Use; 52.219-6 Notice of Total Small Business Set-Aside;
52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor;
252.246-7000 Material Inspection and Receiving Report; 52.249-1
Termination for Convenience of the Government (Fixed-Price) (Short
Form); 52.249-8 Default (Fixed-Price Supply and Service);
52.232-25Prompt Payment; 52.247-34 F.O.B. Destination; Business The
offeror should also provide its Commercial and Government Entity (CAGE)
code, Contractor Establishment Code (DUNS number) and Tax
Identification Number. If a change occurs in this requirement, only
those offerors that respond to this announcement within the required
time frame will be provided any changes/amendments and considered for
future discussions and/or award. Quotations and the above required
information must be received at the above contact point in this office
on or before 21 October 00 at 12:00 PM (Noon) Eastern Standard Time.
Posted 10/06/99 (W-SN389141). (0279) Loren Data Corp. http://www.ld.com (SYN# 0190 19991008\31-0003.SOL)
31 - Bearings Index Page
|
|