|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1999 PSA#2479Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 36 -- PARTS FOR E2C2 AIRCRAFT SOL N00244-00-T-0168 DUE 120699 POC Joan
Balazs -- FAX 619-532-2347 -- Phone 619-532-2892 -- email
joan_balazs@sd.fisc.navy.mil WEB: Click here to obtain more information
regarding FISC, http://www.sd.fisc.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
N00244-00-T-0168. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-14.
This solicitation is issued on a unrestricted basis. FISC San Diego has
a requirement for the following items for the E2C2 Aircraft: 0001, 4
each Conductor Inner, part number 20125-1, four (4) each. 0002, choke,
part number 20146-1, two (2) each. 0003, coupling, part number
28014-1, two (2) each . 0004, Dielectric, part number 28078-3, two (2)
each. 0005, flange, mount, part number 28124-1, one (1) each, 0006,
conductor, out, part number 28210-1, one (1) each.0007, conductor,
inner, part number 28213-1, four (4) each. 0008, tuning ring, part
number 28250-2, one (1) each. 0009transition input, part number
28259-1390, one (1) each. 0010, transition output, part number
28260-1455, one (1) each. 0011, elbow assembly, part number 28263-1,
one (1) each. 0012, Tuning ring, part number 28279-1200, one (1) each.
0013, Tuning ring, part number 28473-125-950, three (3) each. 0014,
IFF line assembly, part number 28491-1, two (2) each. 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 Rantron Antenna System, the
original equipment manufacturer only unless other manufacturers can be
found. Required delivery is to Naval Aviation Depot, 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 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. 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 Veteransof 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 bemade 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 _0001-0014. 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, December 6, 1999 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.osd.mil/dp/dars/dars/dfars.html. Posted 11/17/99
(W-SN401472). (0321) Loren Data Corp. http://www.ld.com (SYN# 0176 19991119\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|