Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038

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

66 -- TRUCK SCALE SOL N00244-98-Q-0137 DUE 030698 POC Point of Contact is Gwen Young, Contracting Officer at 619-532-2890; FAX 619-532-2347 WEB: Click here to learn more about FISC San Diego and additional contracting opportunities., http://www.sd.fisc.navy.mil. E-MAIL: Click here to submit your quote electronically or to contact the Contracting Officer via e-mail., gwen_young@fmso.navy.mil. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; all eligible, responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.6 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number/ Request For Quotation N00244-98-Q-0137 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. The standard industrial code is 3596 and the business size standard is 500 employees. This requirement is for a fixed priced contract for six (6) line items as follows. ITEM 1: TRUCK SCALE, 30' long x 10' wide, 60-ton capacity. The scale shall have a 60,000-pound dual tandem axle capacity. Electronic loadcells (each with a 50,000-pound capacity and stainless steel sheathed cables) shall be used to make the weight determination. The deck surface of the weighbridge shall be poured concrete. There shall be side or top access plates on the weighbridge for easy access to the loadcells, suspension and junction boxes. Quantity one (1) each. ITEM 2: The contractor shall supply four (4) sets of standard commercial Operation and Maintenance Manuals. ITEM 3: WEIGHT INDICATOR, capable of storing 100 tares and 900 transactions. Quantity one (1) each. ITEM 4: FORM PRINTER capable of friction feed of 8.5 inch paper, and tractor feed of 9.5 inch paper, using 1 to 4 part forms. Quantity one (1) each. ITEM 5: INSTALLATION -- The contractor shall provide for installation of the scale and foundations (to include pouring of the weighbridge deck surface and the foundations). ITEM 6: SETUP AND TRAINING (INCLUDING CRANE RENTAL) -- The contractor shall provide eight (8) hours of training for personnel at the receiving activity after installation and start-up of the equipment and within thirty (30) days of delivery of the equipment. The training shall include operation and preventive maintenance evolutions on the equipment and shall be consistent with instructions in the contractor's Operation and Maintenance Manual. The contractor's instructor shall be expert in the operation and maintenance of the equipment and shall have a prepared training agenda. The contractor's Operation and Maintenance Manual shall be used as a training aid. Warranty -- The manufacturer's Standard Warranty IS required. The warranty period shall be not less than 12 months for FOB destination shipments, to begin upon the date of acceptance as shown on the proof of shipment. Notification of Project Completion. The Contractor shall be responsible for submitting a notification by letter advising of the completion of all applicable contract requirements related to site requirements list preparation, equipment delivery, consumable items delivery, installation, start up, training and manuals. The letter will serve as a formal Project Completion Notice and should be sent within 14 days after the last contract requirement has been completed. A copy of the letter shall be sent to: Commanding Officer, Naval Construction Battalion Center, Attn: CESO Code 15L2, 1000 23rd Avenue, Port Hueneme, CA 93043-4301. EQUIPMENT DELIVERY: The contractor shall be responsible for shipping equipment directly to the activities. To assure the receiving activities are adequately prepared for offloading and storage/installation of equipment, the contractor shall notify the activities by letter of the estimated delivery date at least 2 weeks before the equipment is shipped. A copy of the letter shall be sent to: Commanding Officer, Naval Construction Battalion Center, Attn: CESO Code 15L2, 1000 23rd Avenue, Port Hueneme, CA 93043-4301. SPECIAL INSTRUCTIONS: The following notation must be shown on all orders, contracts, bills of lading, correspondence, crates, boxes, shipment markings, etc., pertaining to procurement and shipment of this equipment: "N62583-98-RC-NH879" SHIPPING DOCUMENTS: All shipping documents, including CONTRACTOR'S COMMERCIAL SHIPPING NOTICES, shall be expanded to include the following information, as applicable, to permit ready identification of the appropriate procurement transaction and provide required control information: 1. Prime contractor's Name and address; 2. "Shipped from" location if different; 3. "Shipped to" code and address; 4. "Marked for" code and address; 5. Contract or Purchase Order Number; 6. DOCUMENT or Requisition Number; 7. Appropriation and Accounting Data; 8. Description of item(s) delivered; 9. National Stock Number if assigned; 10. Prime contractor's Make, Model and Serial Number; 11. Engine manufacturer's Name, Model and Engine Serial Number; 12. Quantity of items delivered; 13. Unit price and extended total price; 14. Date of shipment; 15. Weight and cube; 16. Special shipping instructions as specified in the contract or purchase order; 17. A descriptive list including quantity of items shipped, with the CLIN, but not permanently attached thereto, i.e., tools, jacks, manuals, spare tire, etc. Distribution of shipping documents shall be as follows: Two copies proof of shipping to: Commanding Officer, Naval Construction Battalion Center, Attn: CESO (Code 15L2), 1000 23rd Avenue, Port Hueneme CA 93043-4301. Delivery of all items is required by 5 April 1998, to be delivered FOB Destination to: Commanding Officer, Naval Security Group Activity, Route 21, Marked for: Jack Hedrick/CODE 70, Sugar Grove, WV 26815-5000, TCN N31188-8008-X879. Acceptance shall be made at destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 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 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. 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 to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001 through 0006. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far/ OR www.deskbook.osd.mil and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), and the company's CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, 030698, and will be accepted via fax (619-532-2347) or via e-mail (gwen_young@fmso.navy.mil) ONLY. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. DO NOT mail. See Numbered Note(s) 1, 13. (0051)

Loren Data Corp. http://www.ld.com (SYN# 0244 19980224\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page