Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

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

65 -- MAINTENANCE UPGRADE LEASE TO LANIER DIGITAL DICTATION SYSTEM SOL N00244-99-T-A925 DUE 081899 POC Contract Specialist Brian O'Donnell (619) 532-3445 WEB: Click here to find out more about FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: There will be no written request for quotations issued., http://www.sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-99-T-A925. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. This solicitation is issued on a restricted basis, under Standard Industrial Code 7372 with a small business standard of 18 M. FISC San Diego has a requirement for the following items: Upgrade Maintenance Lease for the Lanier Digital Dictation System on behalf of the Navy Medical Center, San Diego. Justification for other than full and open competition is FAR 6.302-1, Only one source or only a limited number of responsible sources. This proposed contract action is for supplies for which the Government does not have specifications and drawings to permit full and open competition. The Government intends to negotiate with Lanier Worldwide, 9665 Chesapeake Drive, #200, San Diego, CA 92123, only unless other manufacturers can be found. Required delivery is F.O.B. Destination to Naval Medical Center, Radiology Department, 34800 Bob Wilson Drive, Suite 1008, San Diego, CA 92134 by 01 October 1999. Acceptance shall be at destination. The following provision apply FAR 52.212-1, Instructions to Offerors Commercial Items, 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 FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material; FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.207-5, Option to Purchase Equipment; 52.217-8, Option to Extend Service; 52.217-9, Option to Extend the Term of the Contract. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item 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, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. 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. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 p.m. PST, 18 August 1999 and will be accepted via FAX (619)-532-1088, Attn: Brian O'Donnell. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/10/99 (W-SN365857). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0375 19990812\65-0002.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page