|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1997 PSA#1833Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street,
Code 200 Bid Desk, Bremerton, WA 98314-0051 61 -- SINGLE CONDUCTOR CABLE SOL N00406-97-R-4079 DUE 051597 POC M.
Renville (360) 476-7772 17. DESCRIPTION/SPECIFICATIONS: This is a
revision to a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Part 12.6 as supplemented
with additional information included in this notice (originally
published 21 April 1997). This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This solicitation number N00406-97-R-4079 is
issued as a request for proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-45. 17. DESCRIPTION/SPECIFICATIONS: This is a
revision to a combined synopsis/solicitation for commercial items
prepared in accordance with the format in Part 12.6 as supplemented
with additional information included in this notice (originally
published 21 April 1997). This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This solicitation number N00406-97-R-4079 is
issued as a request for proposal (RFP). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-45. Clause FAR 52.219-6, Notice of Total Small
Business Set-Aside is dissolved. The standard industrial
classification code remains unchanged at 3357 and the small business
size standard is 1000 employees. This requirement is for a fixed priced
contract for two line items of cable as follows: CLIN 0001: 11,000 feet
of 500 MCM: CLIN 0002: 15,000 feet of 800 MCM; APPLICABLE TO BOTH
CLINs: Type W, 90 degrees centigrade dry, 2000 volt, single conductor,
black jacket, continuous lengths on non-returnable cable reels;
minimum cable requirement on reels -- 250 ft.; cable must be listed and
labeled by a nationally recognized testing laboratory, such as UL or
CSA. Variation in quantity of +/- OF 5% applies. Cable to be used for
the following applications: a) shore power support for vessels; b)
welding rectifier grids; and c) service outlets for temporary service.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial
Items applies. FAR 52.212-2, Evaluation-Commercial Items, applies with
paragraph (a)completed as follows: Award will be made to the
offeror(s) that meet the minimum criteria for technical acceptability
stated herein, and evaluated based on (i) past performance and (ii)
lowest price based on multiple award evaluation, with price and past
performance being equal in value. Technical acceptability will be based
on product literature that demonstrates the products offered meet all
requirements for CLINs 0001 and 0002. Past performance will be
evaluated using the Navy's Red/Yellow/Green program, as follows: A)
This procurement is subject to the Navy's Contractor Evaluation System,
Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant
Secretary of the Navy (Research, Development and Acquisition) for the
acquisition of commodities used to build and maintain the
Fleet—materials, parts and components of ships, planes and
weapons systems. B) The Government reserves the right to award to the
contractor whose offer represents the best overall purchase value to
the Government. As such, the basis for contract award will include an
evaluation of proposed contractors' quality performance history. The
price to be considered in determining best value will be the evaluated
price after Technical Evaluation Adjustments (TEA) or related quality
assurance actions, as applicable, are applied to the offered price. C)
The procedures described in the clause of this solicitation entitled
"ADDITIONAL EVALUATION FACTORS -- CONTRACTOR EVALUATION SYSTEM,
RED/YELLOW/GREEN PROGRAM (MAY 1992)" will be used by the Contracting
Officer to assist in determining the best purchase value for the
government -- price, past quality performance, and other factors
considered. FAR 52.212-3, Offeror Representation and
Certifications-Commercial Items shall be completed and returned with
offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items
applies to this acquisition. Additional clauses are: FAR 52.214-31
FACSIMILE BIDS (DEC 1989). Clause 52.219-14 LIMITATION ON
SUBCONTRACTING (15 USC 637(a)(14) is deleted. Desired delivery of 60
days; required delivery of 90 days after effective date of contract.
FOB Destination: Puget Sound Naval Shipyard, Bremerton, WA 98310-5100.
Submit proposal to Fleet and Industrial Supply Center, Bid Desk (Attn:
Code 204.CP), 467 W St., Bremerton, WA 98314-5120 or FAX to (360)
476-2931 or (360) 476-6413, no later than 1:00 PM (PDT) on 15 May 1997.
All responsible sources may submit offer which shall be considered by
the Fleet & Industrial Supply Center, Puget Sound. Telephone requests
will not be honored. NOTE: 1 applies (0114) Loren Data Corp. http://www.ld.com (SYN# 0255 19970428\61-0007.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|