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