Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1997 PSA#1911

Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, Vaa 23297-5000

34 -- EATON LEONARD P/N GOLD REBUILD PACKAGE (HSDD CARRIAGE) SOL SP0490-97-R-2120 DUE 082997 POC Virginia Lewis (804) 279-3211 or FAX (804) 279-5948 This is a combined synopsis/solicitation for commercial items prepared in accordance 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. The solicitation number is SP0490-97-R-2021 a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The solicitation is unrestricted; the applicable SIC is 3542, the size standard is 500 employees. LINE ITEM NUMBERS: 0001 -- Eaton Leonard Part Number Gold Rebuild Package (HSDD Carriage) with the following required accessories; VB 300 Quick Disconnect Package (Hydraulic & Electric); Multi-Head Hydraulic Package; Premier Software to enable VB 300 Interface with VB 150 and VB 75 Head Assemblies; Premier Control Interface for VB 150 Head Unit (Servo Valve, Encoder and Switches); PremiereControl Interface for VB Head Unit(Servo Valve, Encoder, and Switches); Mechanical rebuild of both heads; 16 hours of maintenance and operator training; one additional Manual. Standard Commercial Warranty ( contractor to provide their warranty with proposal); Standard Commercial Installation; Standard Commercial Packaging; Standard Commercial testing at contractor's facility prior to shipment; Testing to be witnessed by Government personnel and Final acceptance to be at destination. Delivery is FOB destination. Inspection and acceptance are at destination. Deliver to: Defense Supply Center Richmond, Maintenance Depot Mechanicsburg, DSCR-MC A. Cromer, Building 406 C/21, 5450 Carlislle Pike, Mechanicsburg, PA 17055-0789. Delivery is to be made 60 days after receipt of government furnished property; DSCR Clause 52.247-9G25, Shipment of Government Property -- Government and Contractor Responsibility applies. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition, with the following revisions/additions: Facsimile Proposals applies, the telephone number of receiving facsimile equipment is (804) 279-4165; FAR 52.216-1, Type of Contract, applies, the proposed contract will be firm fixed price; DSCR Clause 52.228-9G02, Bond and Other Security (non-RTC); DSCR Clause 52.246-9G29, Statement of Compliance IPE; DSCR Clause 52.215-41, Requirements For Cost Or Pricing Data; DSCR Clause 52.245-9G21, Inspection Of Government Equipment. Note: total price offered as result of this combined synopsis/solicitation must be all inclusive of all requirements contained herein. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (I) technical capability, including quality, of the itemoffered to meet the Government requirement: (ii) past performance; (iii) price. Technical capability and past performance, when combined, are significantly more important than cost or price. The technical capability of the item offered to meet the Government requirement must be established in order for the offer to be considered for award of a contract. Completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items; and DFARS 252.225-7000, Buy American Act -- NAFTA -- Balance of Payments Program Certificate; must be included in any proposals submitted. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, with the following additions: DSCR 52.247-9G07, Commercial Shipping Documents; 52.211-9G37, Shipping/Packaging Slip; and 52.211-9G40, Skidding. The clauses at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. The following additional clauses cited in the clauses are applicable to this acquisition: 52.212-9000, Mandatory Provisions (DLAD); 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 252.225-7001 Buy American and Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036 North American Free Trade Agreement Implementation Act; 252.233-7000 Certification of Claims and Requests for Adjustment or Relief (10 U.S.C. 2410); 52.228-11, Pledges And Assets; 52.228-14, Irrevocable Letter Of Credit; 52.228-16 ALT I, Performance and Payment Bonds -- Other Than Construction; 52.242-12, Report Of Shipment (Reship); 52.242-9G03, Progress Chart; and 52.245-2, Government Property. Additional contract requirement(s) or terms and conditions included in the addenda to the FAR provisions/clauses above have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The contract is rated DO-B9 under the Defense Priorities and Allocations System (DPAS) (15CFR 700). Sealed offers in original and two copies, including all technical data required by DSCR clause 52.214-9G01, must be received at the address(es) specified below. Mail to : Defense Supply Center Richmond, ATTN: DSCR-JHPA/V.Lewis, 8000 Jefferson Davis Hwy., Richmond VA 23297-5847. Handcarry to: Defense Supply Center Richmond, Bldg. 193 (SAC), 8000 Jefferson Davis Hwy., Richmond VA, by 2:00 P.M., local time, August 29, 1997. Point of contact for additional information or copies of documents incorporated into this notice by reference below, contact the buyer, Virginia Lewis/CK959, at (804)279-3211, or FAX: (804)279-5948. Contracting Officer is Cynthia Starr, (804)279-5928.***** (0226)

Loren Data Corp. http://www.ld.com (SYN# 0241 19970818\34-0002.SOL)


34 - Metalworking Machinery Index Page