|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port
Hueneme, CA 93043-4301 99 -- PROCUREMENT OF TWO (2) SUBMARINE DECOMPRESSION CHAMBERS (SDCS)
FOR THE SUBMARINE RESCUE DIVING AND RECOMPRESSION SYSTEM (SRDRS) SOL
N47408-97-R-1861 DUE 012098 POC Contract Specialist Margaret C.
Sundberg, (202) 433-5312/FAX (202) 433-5244; Contracting Officer Rita
D. Palmore This supply project will be UNRESTRICTED. The work includes
all labor and materials for the design, procurement, fabrication,
assembly, testing, and delivery of two (2) complete Submarine
Decompression Chambers (SDCs) to be included in a new Submarine Rescue
System for the US Navy at the US Navy at the Emergency Ship Salvage
Materials (ESSM) Base, US Naval Communications Station, Rough and Ready
Island, Stockton, CA. The SDC Segments are components of a larger
Submarine Decompression System (SDS) which is itself a component of of
the total Submarine Rescue Diving and Recompression System (SRDRS).
The SRDRS is composed of the following systems: (1) Rapid
Assessment/Underwater Work Systems (AUWS), and (2) Submarine Rescue
Systems (SRS). The SRS consists of Submarine Decompression Chambers #1
and 2 (SDCs) and a Submarine Hyperbaric Occupant Transfer System
(SHOTS). The Segments for the SDCs are being procured under this
contract. The work shall include furnishing data to document compliance
of the material, workmanship, and testing to the specification
requirements. The contractor must prepare and submit all documents,
records, and manuals specified. The work consists of: (1) Provision of
SDC Segments specified herein, (2) Provision of SDC Segments system
manuals, and (3) Submission of the design, fabrication, and test
documents. The contractor shall provide work for the following SDC
Segments and subsystems: (1) Submarine Decompression Chamber #1
(SDC1)-(a) SDC Pressure Vessel for Human Occupancy (PVHO); (b) SDC Van;
(c) SDC Control Station (SDC Life Support, Gas Analysis, Medical/
Supply Lock, Electrical Systems, Video and Audio Communicaitons, SDC
Power Distribution, Press and Depress, and Built-In Breathing System
(BIBS) Supply and Exhaust); (d) SDC Primary and Secondary Pressure
Control Assemblies; (e) SDC Built-In Breathing System (BIBS) Assemblies
(Oxygen and Air BIBS); (f) SDC Pressure Vessel for Human Occupancy
(PVHO) Environmental Control Assemblies (Atmosphere Heat Exchangers,
CO2 Scrubbers, Chamber Ventilation Heat Exchanger, Oxygen Injection
Assembly, and Atmosphere Monitoring Assembly); (g) SDC PVHO Gas
Analysis Assemblies (PVHO Oxygen Analyzers and PVHO Carbon Dioxide
Analyzers); (h) Potable Water and Sanitary Assemblies; (i) Fire Safety
Equipment; (j) Submarine Decompression System (SDS) Lighting
Assemblies (External Shipboard Deck Activities, Operator's Compartment,
and SDC PVHO Compartments); (k) SDC Van HVAC Assemblies; and (l) SDC
Furniture Assemblies. (2) Submarine Decompression Chamber #2
(SDC2)-SDC2 is composed of the same systems as SDC1. The contractor
shall provide work for SDC1 and SDC2 and for those interface
requirements identified within the statement of work. The contractor is
not required to provide any work for SHOTS other than meeting the
interface requirements SDC1 and SDC2 have with SHOTS. Decompression
Chamber facilities are life sensitive and must be designed and
overhauled by individuals with highly specialized training and
experience. 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 the requirements may be cause for termination for default, and in
any event will be cause for the Government rejection of components. The
solicitation will be a Request for Proposals, whereby 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 other
non-price factors. Response to the Request for Proposal will be
evaluated using price, past performance, and other non-price factors.
The other non-price factors include Technical Approach, Personnel
Capabilities, Corporate Qualifications (Management), and Quality
Assurance Program/Plan. The price and other non-price factors are of
equal importance and past performance is approximately half the
importance of price and other non-price factors. 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
prearrange, by contacting contract specialist noted above, 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
(15) days after this notice appears in the Commerce Business Daily. The
proprosal due date shall be thirty (30)days after the solicitation is
made available to the public. The projected award date is May 1998.
Proposals should be submitted to the Naval Facilities Engineering
Command Contracts Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY,
Washington, DC 20374-5063. (0330) Loren Data Corp. http://www.ld.com (SYN# 0301 19971201\99-0003.SOL)
99 - Miscellaneous Index Page
|
|