Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 4,1997 PSA#1817

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port Hueneme, CA 93043-4301

99 -- FABRICATION OF RCF6500, RCF5000, & U.S. NAVY STANDARD RECOMPRESSION CHAMBERS SOL N47408-97-R-1830 DUE 052297 POC POC: Contract Specialist Anita M. Norris, (202)433-5310/FAX (202)433-5244; Contracting Officer Corrine A. Pearson This project will be UNRESTRICTED. The work includes all labor and materials for the design, procurement, fabrication, assembly, shop testing, packaging and shipment of two (2) RCF-6500 Recompression Chambers and two (2) U.S. Navy Standard Recompression Chambers (RCF), Pressure Vessels for Human Occupancy (PVHO) with the option to procure up to two (2) each additional like chambers for delivery to Naval Facilities Engineering Service Center's OCEI Facility at St. Juliens Creek Annex, Portsmouth, Virginia. There will also be an option to design, fabricate, ship and deliver up to two RCF-5000 Recompression Chambers. Options may be exercised within 24 months of award. The contractor must submit the design, fabrication and test documents and manuals. The Recompression Chambers shall be complete and ready for outfitting upon delivery. This contract shall call for the fabrication 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 when 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 Government 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 include Technical Approach, Personnel Capabilities, Corporate Qualifications (Management), and Quality Assurance Program/Plan. The Technical Factor and 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 process 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, Washington Navy Yard (WNY), Bldg 218, 901 M Street, SE, Washington DC 20374-5063 or sent via facsimile 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 Business Daily. The proposal due date shall be thirty days after the solicitation is made available to the public. The projected award date is September 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. (0092)

Loren Data Corp. http://www.ld.com (SYN# 0285 19970404\99-0002.SOL)


99 - Miscellaneous Index Page