Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1996 PSA#1750

NAVFAC CONTRACTS OFFICE, ATTN: CORRINE PEARSON CODE 2712, 901 M ST SE BLDG 218 3RD FLOOR (WNY), WASHINGTON, DC 20374-5018

99 -- 99 -- PROCUREMENT AND OUTFITTING OF U.S. NAVY STANDARD DOUBLE-LOCK RECOMPRESSION CHAMBERS SOL N47408-97-R-1802 DUE 021297 POC Contract Specialist, ANITA M. NORRIS, 202-433-5310 This project will be UNRESTRICTED. The work includes the design, labor and materials for the procurement, fabrication, assembly, shop testing, packaging and shipment of U.S. Navy Standard Double Lock Recompression Chambers (RCF), Pressure Vessels forHuman Occupancy (PVHO). The initial award will require delivery of two (2) chambers. Options may be exercised within 36 months of award to provide for delivery of up to an additional four (4) chambers. The contractor must submit the design, fabrication andtest documents and hyperbaric system manuals. The Recompression Chamber Facilities, PVHO, shall be double lock, skid mounted, and steel construction. Outfitting includes: (1) supply and exhaust piping components, (2) depth gauges, (3) primary and emergency communications, (4) lighting, (5) BIBS system, (6) Gas analysis, (7) atmospheric conditioning system, (8) relief valve, (9) medical lock, and (10) RCF control pnel. This contract shall call for the fabrication and modification of life sensitive systems. Failure to adhere to the highest standards of metallurgy, welding, and workmanship will create severe hazards to the personnel working on or near these systems whn they are pressurized. Failure to meet these requirements will be cause for termination for default and, in any event, will be cause for Government rejection of components. Offerors will be required to submit a technical proposal, a cost proposal, and past performance information. Award shall be made to the responsible offeror whose proposals, conforming to the solicitation, represent the best value to the Govenment in terms of price, past performance and technical factors. Response to the Request for Proposal will be evaluated using the following three principle factors: (a) Cost/Price, (b) Technical Factors, and (c) Past Performance. The Technical Factors inclde Technical Approach, Personnel Capabilities, Corporate Qualifications (Management), and Quality Assurance Program/Plan. The Technical Factor and the Cost/Price Factor are approximately equal in importance and are more important than the Past Performance Factor. The degree of risk to the Government, as related to deficiencies, weaknesses, or strengths noted in the source selection evaluation proess will be considered when determining the best value to the Government. Requests for the solicitation may be mailed to Naval Facilities Engineering Command Contracts Office, WNY, Bldg 218, 901 M Street, SE, Washington, DC 20374- 5063 or sent via facsimil by using (202)433-5244. Contractors within the local area are encouraged to pick up a copy of the solicitation at Bldg 218 (third floor) of the WNY between the hours of 0730 and 1500, Monday-Friday. There will be no charge for these documents, however, there will only be one set issued per contractor. The solicitation will be available approximately fifteen days after this notice appears in the Commerce Businss Daily. A pre-proposal conference will be held at 1000 on January 22, 1997 at Bldg. 218 on the WNY. Please RSVP to Anita Norris on (202)433-5310 if you plan to attend NLT January 17, 1997. The proposal due date shall be thirty days after the solicitationis made available to the public. The projected award date is May 1997. Proposals should be submitted to the Naval Facilities Engineering Command Contracts Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY, Washington, DC 20374-5063. (0359)

Loren Data Corp. http://www.ld.com (SYN# 0225 19961227\99-0004.SOL)


99 - Miscellaneous Index Page