Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12, 2001 PSA #2996
SOLICITATIONS

34 -- SERVO DRIVE AND CONTROLLER SYSTEM

Notice Date
December 10, 2001
Contracting Office
Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, VA 23297-5000
ZIP Code
23297-5000
Solicitation Number
SP0490-02-Q-KA09
Response Due
December 21, 2001
Point of Contact
Darlene Smith, tel. (804) 279-4987, Ronna Carter, tel. (804) 279-5308
E-Mail Address
click here to contact the contracting officer via (dhsmith@dscr.dla.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is SP0490-02-Q-KA09 and is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26. This acquisition is unrestricted; the applicable NAICS code is 33512; and the size standard is 500 employees. Contract line items are as follows: 0001 -- P/N APEX6152, SINGLE AXIS CONTROLLER, QUANTITY -- 6 EACH; 0002 -- P/N N0923HR-NMSN, BRUSHLESS SERVO MOTOR, QUANTITY -- 6 EACH; 0003 -- P/N VM50, 50 PIN TERMINAL BREAKOUT BOARD, QUANTITY -- 6 EACH; 0004 -- P/N VLN-092-025/N0923HR-NMSN, GEARHEAD-REDUCING IN-LINE, W/ADAPTOR TO FIT MOTOR PART NUMBER N09923HR-NMSN, QUANTITY -- 6 EACH; 0005 -- TRAINING (8 HOURS), QUANTITY -- 1 LOT. Delivery date for these items is 55 days after receipt of order to be delivered to: Norfolk Naval Shipyard, Ship To Code: N00181, Receiving Officer, Building 276, Portsmouth, VA 23709-5000, Mark For James Kennedy, (757) 396-3062. Delivery shall be FOB destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition with evaluation based on technically acceptable, low offer. The provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, applies to this acquisition. Taxpayer identification number for offeror is _______________. Offeror certifies, to the best of it's knowledge that (1) the offeror and/or any of its principals [ ] are [ ] are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, and [ ] have [ ] have not, within a 3-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining , attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and [ ] are [ ] are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses. The provision at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS, applies to this acquisition. The provision at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition. Offeror agrees to comply with the FAR clauses in this paragraph which the Contracting Officer has indicated as being incorporated in this contract by reference: paragraph b(1) 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT WITH ALTERNATE I; (5) 52.219-14, LIMITATIONS ON SUBCONTRACTING (15 USC 637(A)(14)); (11) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; (12) 52.222-26, EQUAL OPPORTUNITY; (13) 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; (14) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; (15) 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; (16) 52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES; (21) 52.225-13, RESTRICTION ON CERTAIN FOREIGN PURCHASES; (24) 52.232-33; PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION; (27) 52.239-1, PRIVACY OR SECURITY SAFEGUARD. DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, applies to this requirement. DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS, states the contractor agrees to comply with the following clause incorporated by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: 252.225-7001, Buy American Act and Balance of Payment Program. Section B, Notice 39-1A, YEAR 2000 (Y2K) COMPLIANCE NOTICE, applies to this requirement. Section D, 52.211-9G38, PACKAGING, PACKING, AND MARKING ASTM D3951-95, applies to this requirement. Per Section F, 52.211-9G61, TIME OF DELIVERY/PERFORMANCE-FSG 34 IPE, delivery is required to permit performance in accordance with the following schedule: Items 0001-0004, Quantity 6 each, FOB Destination, 45 days ARO; Item 0005, Quantity 1 Lot, FOB Destination, 55 days ARO. The contractor will be required to commence work under this contract after contract award. The contractor shall prosecute said work diligently and complete the project including all required testing not later than 55 days ARO. Installation, testing onsite, final clean-up of premises and training shall also be completed by this date. Unless otherwise requested by the contractor and approved by the Contracting Officer, work shall be performed Monday through Friday, 0730-1630 hours, except holidays. Section F, 52.242-9G02, NOTICE OF SHIPMENT-FSG 34, IPE, states seventy-two (72) hours before shipment, the contractor shall provide the following shipping information to the Contracting Officer: CONTRACT NUMBER, ID NUMBERS, BILL OF LADING NUMBERS, CARRIER, MODE OF SHIPMENT, WEIGHT, CUBE AND DATE THE ITEMS WILL BE SHIPPED. Section G, 43-1A, CHANGE OR MODIFICATION OF CONTRACT TERMS, advises the contractor that only the Contracting Officer can change or modify the terms of this contract or take any action in a formal modification to the contract. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense as such actions do not bind the Government contractually. Any questions concerning the authority of a Government employee should be referred to the Contracting Officer. Section H, 52.237-9G09, ENTRY CLEARANCE-FSG 34 IPE, states entry clearance is required for personnel entering the Government installation where the equipment is located. Section I, 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION; 52.223-5, POLLUTION PREVENTION AND RIGHT TO KNOW INFORMATION; and 52.246-9G28, WARRANTY-IPE, apply to this requirement. Section K, 252.225-7000, BUY AMERICAN ACT -- BALANCE OF PAYMENTS PROGRAM CERTIFICATE, applies to this requirement. Section L, 252.204-7001, 252.204-7001, COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING, and 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE, apply to this requirement. DPAS rating for this requirement is DOB90. Numbered Note 22 applies to this requirement. The due date for offers is December 21, 2001. Point of contact for this requirement is Darlene Smith, tel. (804) 279-4987, fax (804) 279-5948, email dhsmith@dscr.dla.mil.
Record
Loren Data Corp. 20011212/34SOL001.HTM (W-344 SN5147X5)

34 - Metalworking Machinery Index  |  Issue Index |
Created on December 10, 2001 by Loren Data Corp. -- info@ld.com