Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,1997 PSA#1900

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

62 -- RELAY OPERATED BATTLE LANTERN RE-CHARGING CONVERSION KIT SOL N00244-97-R-5230 DUE 081697 POC James L. Browley WEB: Click here to find our more about FISC San Diego, http://www.sd.disc.navy.mil. E-MAIL: Click here to request a copy of the RFP, william_rodriquez@fmso.navy.mil. The item being acquired has a qualification requirement. All potential sources must be listed on the "Qualified Manufacturers List". This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation;proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00244-97-R-5230 applies and is issued as a Request For Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal acquisition Circular 90-46 and Defense Acquisition Circular 91-11. The standard industrial code is 3646 and the business size standard is 750 employees. This requirement is for a fixed priced contract for two line items as follows. Line Item 0001: Estimate Quantity 3,072 Each; Item Description: Relay operated Battle Lantern Battle Re-charging version Kit. The Relay operated Battle Lantern offers the only emergency lighting throughout the ship during casualties when normal and A/C power is terminated. The Relay Operated Battle Lantern Re-charging conversion Kit allows conversion of Battle Lanterns to include re-charging capabilities. The relay operated battle Lantern Re-charging conversion Kit is used at any time during the charging cycle, to extend the emergency lighting capabilities of the battle lantern without damage to the batteries, because of the automatic protective circuits. The kit includes an absorbed liquid electrolyte, 6 volt 4 amps/hr battery and charging unit.The conversion kit must meet the following requirement:shall provide a burn time of approximately 4 hours when fully charged; shall provide a re-charge time of approximately 12 hours from full discharge to full charge; shall be equipped with a light emitting diode (LED) or LED type display to indicate when the unit is fully charged or in the charging mode; must be capable of being easily stored within the space allotted for battle lantern repair parts; shall be designed to be intrinsically safe and energy efficient, while providing emergency lighting throughout the ship during loss of power; shall require minimal maintenance time to test and inspect weekly; Requires minimal training (approximately 30 minutes using the manufacturer's technical manual) for installation and testing; shall be designed to operate within approximately 3 seconds in emergency situations; shall provide a cost effective solution for repair, maintenance and operation of the Relay Operated Battle Lantern.0002: Quantity 10 manufacturers technical manuals; not separately priced. Desired Delivery of all items is as follows: 272 kits delivered during the week beginning 07 December 1997 through 13 December 1997. The remaining 2,800 kits will be delivered at a rate of 400 per week beginning 19 January through 08 March 1998. All units should be delivered by the 08 March 1998 date. Offeror may present an alternate delivery schedule. Delivery terms: The first delivery of 272 items will be delivered FOB Destination to: Defense Distribution Depot San Diego, Naval Station Facility,Receiving Bldg 3304, San Diego, CA 92136-5491. The remaining seven deliveries shall be delivered to Defense Distribution Depot, Puget Sound West, Naval Supply Center. Bldg 467 West. Bremerton, WA 98314. All shipments shall be "marked for USS Kitty Hawk, CV 63". Acceptance shall be made at destination. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Addendum to FAR 52.212-1, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items; DFARS Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items; and addendum clause DFARS 252.225-7035, North American Free Trade Agreement Implementation Act. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.225-18, European Community Sanctions for End Products. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I; FAR 52.203- 10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;FAR 52.222-7, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-001, FAR 52.209-1 Qualification Requirements (FEB 1995): (a) Definition: "Qualification requirement," as used in this clause, means a Government requirement for testing or other quality assurance demonstration that must be completed before award. (b) One or more qualification requirements apply to the supplies or services covered by this contract. For those supply or services requiring qualification, whether the covered product or service is an end item under this contract or simply a component of an end item, the product, manufacturer, or source must have demonstrated that it meets the standards prescribed for qualification before award of this contract. The product, manufacturer, or source must be qualified at the time of award whether or not the name of the product, manufacturer, or source is actually included on a qualified products list, qualified manufacturers list, or qualified bidders list. Offerors should contact the agency activity designated below to obtain all requirements that they or their products or services, or their subcontractors or their products or services must satisfy to become qualified and to arrange for an opportunity to demonstrate their abilities to meet the standards specified for qualification. Name: Fred Crowson, Address: Office of the Assistant Secretary (I&E), Director For Safety & Survivability, Crystal Plaza 5, Room 162, 2211 S. Clark Place, Arlington, VA 22244 5107. (c) If an offeror, manufacturer source, product or service covered by a qualification requirement has already met the standards specified, the following relevant information must be provided: Offeror's Name; Manufacturer's Name; Source's Name; Item Name; Service Identification; Test Number (to the extent known) (d) Even though a product or service subject to a qualification requirement is not itself an end item under this contract, the product, manufacturer, or source must nevertheless be qualified at the time of award of this contract. This is necessary whether the Contractor or a subcontractor will ultimately provide the product or service in question. If, after award, the Contracting Officer discovers that an applicable qualification requirement was not in fact met at the time of award, the Contracting Officer may either terminate this contract for default or allow performance to continue if adequate consideration is offered and the action is determined to be otherwise in the Government's best interests. (e) If an offeror, manufacturer, source, product or service has met the qualification requirement but is not yet on a qualified bidders list, qualified manufacturers list, or qualified bidders list, the offeror must submit evidence of qualification prior to award of this contract. Unless determined to be in the Government's interest, award of this contract shall not be delayed to permit an offeror to submit evidence of qualification. (f) Any change in location or ownership of the plant where a previously qualified product or service was manufactured or performed requires reevaluation of the qualification. Similarly, any change in location or ownership of a previously qualified manufacturer or source requires reevaluation of the qualification. The reevaluation must be accomplished before the date of award (end of clause). Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225 7012, Preference for Certain Domestic Commodities; and DFARS 252.225 7036, North American Free Trade Agreement Implementation Act. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2, evaluation Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable,the offeror must be on the Qualified Manufacturers list and furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001 and 0002. Sealed offers in original and 1 copy must be received no later than 3:00 PM, local time, 16 August 1997. Offers sent via the US Postal Service should be mailed to the Fleet and Industrial Supply Center, Bid Officer, 937 N. Harbor Drive, San Diego, Ca 92132-0212. All offers not sent through the US mail will be considered to be hand carried and direct delivered. Hand carried offers must be delivered directly to and placed in the depository located in Building 1, 2nd Floor Bid Desk, Room 207, 937 N. Harbor Drive, FISC Regional Contracts Department. Direct delivery of offers is only possible during weekdays, excluding federal holidays, between the hours of 8:00 am and 4:00 pm. See Note(s) 01 and 23. (0211)

Loren Data Corp. http://www.ld.com (SYN# 0354 19970801\62-0003.SOL)


62 - Lighting Fixtures and Lamps Index Page