Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1996 PSA#1737

Department of the Navy, NAWCAD Contracts Competency Division, MS32, 47253 Whalen Road, Patuxent River, MD 20670-5304

66 -- GAGE BLOCK SETS SOL N00421-97-R-1041 DUE 011397 POC Angie LeJeune, Contracts Specialist, (301) 342-1825, ext. 117 Becky Wathen, Contracting Officer, (301) 342-1825, ext. 133. This is a combined synopsis/solicitation for commercial items prepared in accordnace with the format in Subpart 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. Solicitation Number N00421-97-R-1041 is issued as a Request for Proposal (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-42 and Defense Acquisition Circular 91-11. THE APPLICABLE SIC CODE IS 3826. The contract line item number and item is: CLIN 0001 -- Thirty-six (36) each Gage Block Sets. The contractor shall meet all of the specific requirements of the Gage Block Sets as follows: 1) ACCURACY: All grade 2 + .000004" -- 000002"; 2) BLOCKS PER SET: 88 A) BLOCKS INCLUDE IN SET: 1) 9 blocks .1001" thru .1009" (steps of .0001"), 2) 49 blocks .101" thru .149" (steps of .001"), 3) 19 blocks .050" thru .950" (steps of.050"), 4) 4 blocks 1.000" thru 4.000" (steps of 1 inch), 5) 3 blocks .100025, .10005 and .100075, 6) 4 blocks 1/16", 5/64", 3/32" & 7/64"; 3) RANGE: A) .100" to 12.000" in steps of .001", B) .200" to 12.000" in steps of .0001", C) .300" to 12.000" in steps of .000025"; 4) ACCESSORIES: A) 1 pair half round jaws .125 radius, B) 1 pair half round jaws .250 radius, C) 1 pair straight jaws .500 thick, D) 1 scriber point, E) 1 center point, F) 1 block base, G) 2 studs, 2 flat head screws (long), 2 flat head screws (short), 2 slotted nuts, 2 knurled screws, H) 1 each tie rods in following lengths: 3/4", 1 1/2", 2 1/4", 3", 4 1/2 " (adjustable), and 6" (adjustable); 5) CASE REQUIREMENTS: A) A wooden storage and transport case shall be provided that will house the GAGE BLOCK SET. The manufacturer shall affix calibration and warranty stickers to each set. The calibration stickers shall have both calibration and calibration expiration dates. The contractor shall deliver Clin 0001 within 60 days after contract award to:QUANTITY OF 12 EACH, NAVAIR ISS Facility, Bldg. 612, Bay 12, Calibration Standards Warehouse, MCAS Beaufort, SC 29004-5010, ATTN: John Hall, MARK FOR: BUC STAT'S 96001017 -- 96001532 -- 1542; QUANTITY OF 24 EACH, COMNAVAIRPAC, CODE: 7441W, Bldg. 652, Bay 6, NAS North Island, San Diego, CA 92135-5100, MARK FOR: BUC STAT'S 96001259-1282 FCA STANDARDS WAREHOUSE. Inspection and Acceptance shall be made at destination. FAR 52.212-1 Instructions to offerors -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. 212-301 Solicitation provisions and contract clauses for the acquisition of commercial items. The provision at 52.212-2 Evaluation -- Commercial Items (OCT 1995) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: an award shall be made to that responsible offeror submitting a technically acceptable proposal and offering the lowest evaluated price. Price shall be the deciding factor among the technically acceptable proposals. To be technically acceptable, the offeror's technical proposal must be evaluated as technically acceptable for the requirement listed above. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. The price proposal shall be evaluated on the overall lowest price to the government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either part. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial (OCT 1995) with its proposal. FAR 52.212-4 Contract Terms And Conditions -- Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms And Conditions Required To Implement Executive Orders - -- Commercial Items (JAN 1996) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition. 52.212-5(b): 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal Or Improper Activity (SEP 1990), 52.219-8 Utilization Of Small Business Concerns And Small Disadvantage Business Concerns (OCT 1995),252.219-7006 Notice of Evaluation Preference for Small Disadvantage Business Concerns (May 1995), 52.222-26 Equal Opportunity (APR 1984), 52.222-35 Affirmative Action for Special Disabled And Vietnam Era Veterans (APR 1994), 52.222-36 Affirmative Action For Handicapped Workers (APR 1994), 52.222-37 Employment Reports On Special Disabled Veterans And Veterans Of The Vietnam Era (JAN 1988), 252.225-7001 Buy American Act And Balance of Payment Program (Jan 1994). Additionally, each offeror shall include a completed copy of Defense FAR Supplement (DFARS) provision 252.212-7000, offeror Representations and Certifications -- Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Exectuive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is incorporated by reference, however, for paragraph (b) only the following clauses apply, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7015 Preference for Domestic Hand or Measuring Tools, 252.225-7036 North American Free Trade Agreement Implementation Act,252.227-7015 Technical Data -- Commercial Items (Nov 1995), 252.233-7000 Certification of Claims and Requests for Adjustment of Relief 252.247-7024 Notification of Transportation of Supplies by Sea. CONTRACT DATA REQUIREMENTS LIST WARRANTY -- The contractor shall extend to the Government full coverage of any Standard Commercial Warranty normally offered to a similar commercial sale. Acceptance of the Warranty does not waive the Government's rights under the Inspection Clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of this contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. This is a DO rated order. Offers are due to Angie LeJeune, Contract Specialist, Contracts Competency, Bldg. 588, M/S-32, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Patuxent River, MD 20670-5304, by 2:30 Eastern Standard Time 13 January 1997. All responsible sources may submit a proposal which shall be considered by the agency. Information may be faxed to (301) 342-1847/1864 to the attention of Mrs. Angie LeJeune. For information regarding this solicitation contact Angie LeJeune, Code 25521D, telephone (301) 342-1825, EXT 117. For copies of FAR provision 52.212-3 or DFARS Provision 252.212-7000, fax your request to Angie LeJeune, (301) 342-1847/1864. (0340)

Loren Data Corp. http://www.ld.com (SYN# 0242 19961209\66-0010.SOL)


66 - Instruments and Laboratory Equipment Index Page