Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

81 -- U.S. GOVERNMENT MAGAZINE, 12'' X 8'' X 8'', TYPE 2, CLASS ABC, IAW NSWC 3046-93-1

Notice Date
September 18, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
ZIP Code
23511-3392
Solicitation Number
N00189-01-T-1097
Response Due
September 25, 2001
Point of Contact
David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333, Email david_c_zareczny@nor.fisc.navy.mil
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item. Proposals are hereby requested under RFQ N00189-01-T-1097, a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase on a full and open competitive basis the following item, (1) 5 Each, U.S. Government Magazine, IAW NSWC 3046-93-1 with single door, right hand hinged with NAPEC high security hasp, centered on 12' side. Size: 12' X 8' X 8' Type 2, class ABC, and 5 each NFPA Ground Kits. Manufactured by Armag Corporation, 40 Lucknow Ct, Bardstown, KY 40004-2113.. Delivery will be 90 Days /ARO. FOB Point is Origin Shipping charges to be handled by Government Bill of Lading. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2001) ALTERNATE I (OCT 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2001), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2001) within this clause, the following clauses apply; 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Vietnam Era (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332),FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-01-T-1097), provisions and clauses which have been incorporated are those in effect through FAC 97-27. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text, DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2000) within this clause the following clauses applies; DFAR 252.225-7001 Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act -- Balance Of Payments Program Certificate (SEP 1999),DFAR 252-204-7004 Required Central Contractor Registration (MAR 2000); (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested item, with unit price, extended price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3. Responses to this solicitation are due by September 25, 2001. Offers can be faxed to (757-443-1333/1389) or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David C Zareczny, Code 202C4, Norfolk, VA.23511-3392. Reference RFQ N00189-01-T-1097, on your proposal. NAICS Assigned, 332439, 500 Employees. The proposed contract is 100% set aside for small business concerns.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-01-T-1097/listing.h tml)
Record
Loren Data Corp. 20010920/81SOL002.HTM (D-261 SN50X9I9)

81 - Containers, Packaging and Packing Supplies Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com