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