|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 38 -- MANLIFT SOL M00681-00-T-0345 DUE 051000 POC Kimberly Johnson
Purchasing Agent 760-725-8445 E-MAIL: click hear to contact the
Contracting Officer., JohnsonKV@Mail.cpp.usmc.mil. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in FAR Subpart 12.6 as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested and written
solicitation will not be issued. The solicitation number is
M00681-00-T-0345 and this is a request for a quote (RFQ). This
Solicitation document incorporates provisions and clauses in effect
through FAC 97 -16 and DAC 91-13. This requirement is for a firm fixed
price contract. Request is for the procurement and installation of 2
Autoquip Manlifts, Model WH-2A or equal . Specification of item part
number is as follows: Size 6'D x 14 'W, Raised Height, 6', Lowered
Height: 8", Height Limit Switch: Required, Lifting Capacity, 2000 lbs
(500 lb end load 1000 lb side load). Handrails: 42"H, Kick Plate: 4"H,
Controls: Up and down push button, (NEMA 12), Magnetic Starter (NEMA
12 ) Handrail Openings: Two to access White System Carousels and one
swing gate to Access/exit lift, Accordion Skirting Required, Speed:
Lifts raise at 20 feet per minute, Power Unit: 5 Horsepower/230 volt/
3 phase/60 cycle remote/ pre-wired/ locate where convenient, Warranty:
1 year parts 90 days labor from installation/testing, Color: Blue with
yellow striped base. Installation Specifications: Uncrating assembling
and testing Manlifts, Electrical connections from disconnect box to
motor controls and all wiring within Manlifts. Removing trash and waste
after installation. All responsible sources may submit and offer by
providing descriptive literature of how your product meets the needs of
the Government; past performance of at least two recent references
where the Contractor has sold the same product. Completion of DFAR
252.225-7035. The Government will evaluate the technical capability of
the product to meet the Government needs, warranty delivery and price.
All contractors submitting an offer must be registered in the Central
Contractor Registration database to be considered for an award. The
following FAR/DFAR provisions apply: FAR 52.212-1 Instructions to
Offerors Commercial Items, FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Commercial Items
with the following applicable clauses for para (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 for
Handicapped Workers, FAR 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era, an FAR 52.247-64
Preference for Privately Owned U.S. Flag Commercial Vessels; DFAR
252.225-7008 Supplies to be Accorded Duty Free Entry, DFAR 252.225-7037
duty-free Entry NAFTA County End Products and Supplies, DFAR
252.2004-7004. Required Central Contractor Registration, DFAR
252.232-7009 Payment by Electronic Funds Transfer and DFAR 252.212-7001
Contract Terms and Conditions required to implement Statues or
Executive Order Applicable to Defense Acquisition of Commercial Items
with the following applicable clauses for para (b): DFAR 252.222-7036
North American Free Trade Agreement Implementation Act. The Contractor
shall furnish a completed copy of FAR 52.212-3 Offeror Representations
and Certifications Commercial Items, DFAR 252.225-7035 Buy American Act
North American Free Trade Agreement Implementation CT Balance of
Payments Program Certificate, and DFAR 252.212-7000 Offeror
Representations and Certifications Commercial Items. Additional Clauses
In Accordance with FAR 52.212-5 That Are Applicable to Services over
$2,500.00, FAR 52.222-41 Service Contract Act of 1965, as amended (41
U.S.C. 351, Et Seq.), FAR 52.222-42 Statement of Equivalent Rates for
Federal Hires. Offers are due by 1600 p.m. (PST) 10 May 2000 and may be
sent by mail or fax to 760-725-8445. Offers sent via US Postal Service
should be mailed to the Contracting Office, PO BOX 1609, Oceanside, CA
92051-1609; Offers sent by FedEx should be sent to the Contracting
Office, bldg. 22180 Marine Corps Base Camp Pendleton, Ca 92055-5027
> Offers are solicited FOB Destination only to Camp Pendleton CA.
Award date is anticipated to be made by 12 MAY 2000. Posted 04/27/00
(W-SN449257). (0118) Loren Data Corp. http://www.ld.com (SYN# 0209 20000501\38-0001.SOL)
38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page
|
|