Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

66 -- INSTRUMENTS (PORTABLE INDUSTRIAL X-RAY UNIT) SOL N00244-98-Q-0098 DUE 021298 POC Bid Officer, 619-532-2690/2692, fax: 1088/1087, Contracting Officer, Ralph Franchi, 619-532-2568, fax: 2347 WEB: ., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via e-mail., ralph_a._franchi@fmso.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in the FAR Part 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: N00244-98-Q-0098. This solicitation is being issued as a RFQ (Request for Quote). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-01. This solicitation is issued on a unrestricted basis. The Standard Industrialization Classification Code is 3844 and the business size standard is 500 employees. FISC-San Diego is announcing a requirement for the following equipment and accessories: The suggested manufacturer is "Lorad or Equal". Item 0001: (1) Each: Industrial portable X-ray unit, model no.: 160-LPX; Basic specifications: X-ray output 5 to 160 kv, at 0.1 to 5.0 mA constant potential, x-ray tube head, constant potential, end-grounded anode, X-ray control unit: digital microcomputer based, analog control with digital timer, focal spot 0.060 in sq., beam angle 40 degrees. Item 0002: Portable X-ray tube head stand, model: 1620, tripod style head stand, material: aluminum, horizontal rotation: 360 degrees, tilt: -45 to +90 degrees, finish: black anodized. Delivery of all material is required thirty days after receipt of a finalized contract to the following location: Receiving Officer, Naval Aviation Depot, North Island, San Diego, CA 92135. Inspection and acceptance of all material will be performed by Receiving Officer at Destination (government facility). Offeror's are to submit the following information: (1) Firm Fixed Pricing for each line item listed in this announcement (2) Payment terms, Cage code, Duns/Bradstreet#, Taxpayers ID# (3) Specifications and technical data pertaining to the equipment. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING OFFICER IN FULL TEXT UPON REQUEST. NOTE: THE FULL TEXT OF THE PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov. The clauses and provisions listed should be reviewed before proposal submission. Provision, FAR 52.212-1, Instructions to Offerors Commercial Items; Provision, 52.212-3 Offerors Representations and Certifications Commercial Items, NOTE: FAR 52.212-3, is considered a "fill-in" type clause and is to be completely filled-in and returned with your proposal. Clause, FAR 52.212-4, Contract Terms and Conditions Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders commercial Items; 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; DFARS 252.225-7001 Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; applies with the following clauses and applicable for (b): DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.211-7003 Brand Name or Equal; Contractors submitting a bid for this requirement are required to obtain the above listed clause and provision information. This information must reviewed and the applicable clauses/provisions must be filled out and returned with your offer. The Contracting Officer will provide assistance if necessary. NOTE: If there any questions regarding technical issues or contractual type, it is suggested that you fax or e-mail the list to the Contracting Officer. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations system. The government intends to make a single award of a Firm Fixed Price contract to the most responsible offeror whose bid provides the best technical and cost value to the government. Quotes must be received no later than 3:00 p.m. (PST) on 2/12/98. Offers from responsible contractors may be FAXED to: Fleet and Industrial Supply Center, Regional Contracts Dept., Code 2611, Attn.: Ralph Franchi, San Diego, CA 92132. Fax no.: 619-532-2347. Requests for information regarding this solicitation may be addressed to Contracting Officer. Inquiries may also be addressed via e-mail to: ralph_a._franchi@fmso.navy.mil Do not mail in your quotations. Reference solicitation number: N00244-98-Q-0098 on all requests for information. (0028)

Loren Data Corp. http://www.ld.com (SYN# 0402 19980202\66-0003.SOL)


66 - Instruments and Laboratory Equipment Index Page