|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,1997 PSA#1915Fleet & 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 KITS SOL
N00244-97-R-5240 DUE 090597 POC James L. Browley (619) 532-3988 WEB:
click here to find out more about FISC San Diego,
http://www.sd.disc.navy.mil. E-MAIL: both RFP and Synopsis or combined,
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-5240 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 1,370 Each; Item Description: Relay operated Battle
Lantern Battle Re-charging conversion 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 becapable 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 05 manufacturers technical manuals; not
separately priced. Desired Delivery of all items is as follows: 100
kits delivered 120 days after award of contract; 150-200 kits per week
thereafter. Offeror may present an alternate delivery schedule.
Delivery terms: All items will be delivered FOB Destination to: Defense
Distribution Depot San Diego, Naval Station Facility, Receiving Bldg
3304, San Diego, CA 92136-5491. 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 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. DFARS 252.212-7001, 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, Building 36 Washington Navy Yard, 901 M Street
SE Room 110, Washington DC 20374-5028. (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, 05 September 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 212, 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. (0231) Loren Data Corp. http://www.ld.com (SYN# 0358 19970822\62-0001.SOL)
62 - Lighting Fixtures and Lamps Index Page
|
|