|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,2000 PSA#2604Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 35 -- TEST CHAMBER SOL N00244-00-T-0787 DUE 060500 POC Joan Balazs --
FAX -- 619-532-2347 -- Phone 619-532-2892 -- e-mail
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-0787. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-14.
This solicitation is issued on a restricted basis, under Standard
Industrial Code 3569 with a small business standard of 500 employees.
FISC San Diego has a requirement for the following: CLIN 0001 S-4
Series Test Chambers, QTY two (2) each. The Standard Equipment shall
include:2800 Programmer/Controller, Casters, Refrigeration Gauges,
Electronic Humidity Sensor, Interior Lights, Supports for Shelves,
Windows, Access Ports. Performance: Temperature: -73C TO +177C (-100F
TO +350F) Cooling Change Rate: +25C TO 40C (+77F TO 40F) 13 Minutes.
+25C TO 54C (+77F TO 65F) 22 Minutes. +25C TO 65C (+77F TO 86F) 35
Minutes. Heating Change Rate: +25C TO +50C (+77F TO +122F) 2 Minutes.
+25C TO +85C (+77F TO +185F) 5 Minutes. +25C TO +125C (+77F TO +257F)
10 Minutes. Temperature Control Tolerance: +/-0.3C (+/-0.5F)
Temperature Uniformity: +/-0/7C. Dimensions Work Space Inches: W 20 D
20 H 20. Move in inches: 34 51 67. Electrical Service: 230/3/60.
Compressor Size: (2) 1 HP. To Comply with Engineering LES F18-0001-00.
CLIN 0002 Shelves for the above mentioned test chamber. QTY four (4)
each. Required delivery is to NADEP 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 as well as the following addendum clauses;
FAR 52.211-5, New Material,. 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 Veterans of 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
252.225-7000 Buy American Act Balance of Payments Program Certificate,
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 be made to the Offeror that meets the solicitation's minimum
criteria for technical acceptability at the lowest price. To be
determined technicallyacceptable the Offeror must furnish product
literature that demonstrates the products offered meet all requirements
stated in the above purchase descriptions for Line Items 0001 & 0002.
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, 5 June 2000, 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/dfars/dfars.html Posted 05/17/00
(W-SN455876). (0138) Loren Data Corp. http://www.ld.com (SYN# 0191 20000519\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|