Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590

Contracting 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