Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20, 2001 PSA #2834
SOLICITATIONS

99 -- SAFETY ITEM

Notice Date
April 18, 2001
Contracting Office
Marine Corps Regional Contracting Office (Northwest Region), P. O. Box X24, MCAGCC, Twentynine Palms, CA 92278-0124
ZIP Code
92278-0124
Solicitation Number
M6739901Q0003
Response Due
May 2, 2001
Point of Contact
John Westmoreland, Contract Specialist, 760-830-5125, Fax 760-830-5104
E-Mail Address
click here to contact the contracting officer via (westmorelandjw@29palms.usmc.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and Far Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 97-19. This is an unrestricted combined synopsis/solicitation. This solicitation number M67399-01-Q-0003 is issued as a Request for Quote (RFQ) for the following item: CLIN 001- Scale, portable, Rice Lake weighing systems with options ramp and battery power indicator with 115vac power adapter, Qty 2 ea, Deckhand model nr. DH-2000 P/N 41298, CLIN 002- Cover, 30 gal drum, self closing, steel, Qty 206 ea. Lab Safety P/N 1A-3165-2, CLIN 003- Container, secondary, Qty 40 kt, Lab Safety P/N 1A-45538, CLIN 004- Kit, spill, for semi truck, Qty 2 ea, Lab Safety P/N 1A33408, CLIN-005- Cover, 55 gal drum, self closing, steel, Qty 74, Lab Safety P/N 1A3165-3. Deliveries will be made to Marine Corps Air Ground Combat Center, Twentynine Palms, California. Inspection and acceptance will be at destination. The following provisions and clauses shall apply: Provision FAR 52.252-1 Solicitation Provisions Incorporated by Reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at these websites: http://farsite.hill.af.mil or http://www.arnet.gov/far. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies. The provision at FAR 52.212-4, Contract Terms and Conditions, applies. FAR 52.219-5 Very Small Business Set-Aside, FAR 52.219-8 Utilization of Small, Small disadvantage and Women-Owned Small Business Concerns. The provision at FAR 52.212-5, Contract Terms And Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies, with addenda clauses FAR 52.222.25 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222.26, Equal Opportunity; FAR 52.222.36, Affirmative Action for Workers with Disabilities; and FAR 52.222.37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.232-1 Payments. FAR 52.232-33 Payments by Electronics Funds Transfer Central Contractor Registration, FAR 52.232-36 Payment by Third Party, FAR 52.252-6 Authorized Deviation in Clauses, FAR 52.253-1 Computer Generated Forms, DFARS 252.204-7004, Required Central Contractor Registration, applies, Payment Option, At the Government's option, Payment may be made utilizing the Government Purchase Credit Card. 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 to paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payments Program. The Government intends to make a single award to the responsible offeror whose quote conforming to this combined CBD synopsis/solicitation, will be the most advantageous to the Government, price and other factors considered. Evaluation will be based on the best value to the government considering price, past performance and delivery time. Mail, electronic mail, or fax copy quotes must be received no later than 4:00 P.M, PST, 2/May/2001, submit to Contract Specialist John Westmoreland, (760) 830-5125, Fax (760) 830 5104, Email: westmorelandjw@29palms.usmc.mil . In accordance with the Telephone Consumer Protection Act of 1991 all facsimile transmissions submitted to this office shall contain in a margin at the top or bottom of each transmitted page or on the first page of the transmission, the date and time it is sent and an identification of the business or other entity, or other individual sending the message and the telephone number of the sending machines or such business, other entity, or individual. Quotations sent by U.S Post should be mailed to Regional Contracting Office (NW ) Attn: John Westmoreland P.O Box 6053, MAGTFTC, MCAGCC, Twentynine Palms, CA.92278-6053. Quotations sent by Federal Express or UPS should be mailed to Regional Contracting Office (NW) Attn: John Westmoreland 5th Street, Bldg. 1525 Twentynine Palms, CA 92278-6053. Vendors wishing to respond to this solicitation should provide this office with the following: a price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS number, Tax Identification Number, and name and phone number of vendor's point of contact, and a completed copy of FAR 52.212-3. Only written quotes will be accepted and must be received and identified by RFQ Number M67399-01-Q-0003 by 4:00 P.M (PST) on 3/May/2001. Fax copy quotes are acceptable at (760) 830-6353, ATTN: John Westmoreland, Contracting Specialist.
Record
Loren Data Corp. 20010420/99SOL016.HTM (W-108 SN50J5U4)

99 - Miscellaneous Index  |  Issue Index |
Created on April 18, 2001 by Loren Data Corp. -- info@ld.com