Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#1765

Contracting Officer (Code 520), Naval Construction Battalion Center, 5200 CBC 2nd Street, Gulfport, MS 39501-5001

36 -- PORTABLE BORING BAR SOL N62604-97-Q-7300 DUE 020597 POC Bennie Boren, (601) 871-2281. This is a brand name or equal combined synopsis/solicitation intent to procure on a sole source basis from Grimsley's House of Tools for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information provided in this notice. This announcement constitutes the only solicitation. A quotation is being requested and a written solicitation will not be issued. Solicitation number N62604-97-Q-7300 is issued as a Request for Quotation (RFQ). The standard classification code is 5084, small business size standard is 500 employees. A firm fixed price purchase order will be issued under the Simplified Acquisition Procedures. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 90-42. Contract Line Item 0001 is for 1 each Boring Bar, Grimsley p/n HB-600, Line Item 0002 is for 1 each Boring Bar Kit, Grimsley p/n HB-600, Line Item 0003 is for 1 each Boring Bar, Grimsley p/n VBB-800, Line Item 0004 is for 1each Base Plate for General Electric Generators, Grimsley p/n MSTG, Line Item 0005 is for 1 each Base Plate for General Electric Generators, Grimsley p/n SSTG, Line Item 0006 is for 1 each Base Plate for DeLaval Generators, Grimsley p/n MSTG, Line Item 0005 is for 1 each Base Plate for DeLaval Generators, Grimsley p/n SSTG, or equal. Delivery terms shall be FOB Destination with delivery to be made to Receiving Officer, Bldg #105, NAVSUB SUP Facility, Groton, CT 06349, M/F MCON P-394 SIMA. Delivery shall be made within 30 days after award of purchase order. Inspection and acceptance shall be made at destination. If other than brand name identified is offered, then the offeror shall indicate the manufacturer, brand, model/part number and a description in sufficient detail to show that the product offered meets the brand name specified. Note: The offeror shall furnish as part of its offer all descriptive literature and technical data sheets necessary for the purchasing activity to determine whether the productsoffered meet the salient characteristics/requirements of the solicitation. Failure to provide this information will cause your bid to be rejected. The following clauses and provisions are incorporated and will remain in full force in any resultant contract: FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 1995), is incorporated by reference and applies to this acquisition and is amended to read, submit signed and dated offers to Contracting Officer (Code 522), 5200 CBC 2nd Street, Gulfport, MS 39501-5001, at or before 3:30 p.m. CST, 020597. Offers must be signed and may be submitted on your company letterhead or stationary, or your standard company quotation forms. Clauses 52.212-2 Evaluation-Commercial Items (Oct 1995) -- Evaluations Factors are past performance and price. The evaluation factors will be evaluated as being substantially equal. The Government reserves the right to make award on the initial offer received without discussions. Each offer shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 1996) with its quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 1996) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Aug 1996) is incorporated by reference; however, for paragraph (b) only the following clauses apply: 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37 Employment reports on Special Disabled Veterans and Veterans of the Vietnam Era; and 52.225-3 Buy American Act and 52.232-32 Electronic Funds Transfer Payment Methods. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sales. Acceptance of the warranty does not waive the Government's rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. This is a DO rated order with a program identification symbol of B-9. The proposed sole source contractor is Grimsley's House of Tools, Portsmouth, VA. Interested persons may identify their interest and capability to respond ~to the requirement by identifying themselves and giving written notification to the Contracting Officer, and provide supporting evidence to the Contracting Officer within fifteen (15) calendar days after date of publication of this synopsis. The final determination by the Government not to open this requirement to competition, based on any information provided, is solely within the discretion of the Government. All questions concerning the RFQ must be submitted in writing, no telephonic responses will be processed. Questions should be faxed to (601) 871-3212 no later than 020497. See Note 22. (0016)

Loren Data Corp. http://www.ld.com (SYN# 0208 19970121\36-0002.SOL)


36 - Special Industry Machinery Index Page