Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1998 PSA#2051

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392

J -- CABLE COILIING SERVICES SOL N00189-98-R-0048 DUE 032798 POC Diane Krueger, contract specialist, (757) 443-1391 or Tracey Carr, Contracting Officer, (757) 443-1347 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00189-98-R-0048 and is being issued as a Request for Proposal (RFP). This solicitation document, incorporated provisions and clauses are those listed in effect through Federal Acquisition Circular FAC 97-03 and Defense Acquisition Circular DAC 91-12. This procurement will be 100% small business set-aside. The Standard Industrial Code is 4491 and the small business size is $18.5 M. The Defense Priorities and Allocation System (DPAS) rating is A3. A site visit/ship check is scheduled for prospective contractors for Friday March 20, 1998 at 2:00 PM at USNS ZEUS, FISC Cheatham Annex, Williamsburg, VA. Prospective contractors that wish to attend this site visit should call Diane Krueger, contract specialist, at (757) 443-1391 (voice) or (757) 443-1424 (fax) with security information (name and social security number) for access to the base and ship. This proposal shall be for the following items: Item 0001, Transfer/coiling of communication cable from an ashore site to the cable tanks of USNS ZEUS (T-ARC-7), Quantity: 1, Unit of Issue: Job; and Item 0002, Option for Additional Days, Quantity 4, Unit of Issue: Day (provide unit price per day). USNS ZEUS is berthed at the Supply Pier, Fleet and Industrial Supply Center, Cheatham Annex, Williamsburg, VA. The physical movement of the cable to the tank is automated and contractor employees, after training, will assist in operating the equipment. The primary task of all employees assigned is the physical handling of the cable. Primary work will be performed on two or three shifts (contractor option), 24 hour work day, seven day work week basis from start to finish. Breaks for meal(s), in rotation and without stoppage of the loading operation, will be allowed for each shift. Twelve material handling laborers and one supervisor shall be provided for each shift in the USNS ship; five material handlers shall be provided to the ashore site. The efforts covered above are scheduled to commence 8:00 AM Monday May 4, 1998 and conclude at 8:00 AM Thursday May 21, 1998. Contractor employees assigned to the ashore site shall report for 9 days of work (8 hours per day for 5 days per week) at 8:00 AM Tuesday, April 21, 1998. This day work will consist of government provided training and preparation of the cable and the shore site for the loading effort. Contractor employees assigned onboard ship will receive government provided training during the first 2 hours of their initial shift. The Government will provide special gloves to every worker. Contractor shall provide workers equipped with safety shoes and hard hats. The shoes shall have no metal attachments on the soles. The following FAR clauses and provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1, Instructions to Offerors- Commercial Items; FAR 52.212-2, Evaluation-Commercial Items is amended to read: "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer on this solicitation is the lowest technically acceptable price"; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following subparagraphs under paragraphs (b) and (c) apply, respectively: (1), (2), (3), (6), (7), (8), and (9), and (1), (2), and (3)); FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. Offerors shall submit their proposals and representations and certifications of commercial items under company letterhead or a completed SF 1449. The SF 1449 and representations and certifications may be obtained by submitting a request via fax at (757) 443-1424, Attn: Bid Clerk. Proposal cover sheet (SF 1449) or company letterhead shall be signed and dated and shall contain solicitation number, time specified for receipt of offerors, name, address and telephone number of the offeror, terms of any express warranty; remit to address if different than the mailing address. Offerors shall include a statement specifying the extent of the agreement with all terms and conditions and provisions in the solicitation. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All responsible sources may submit an offer which shall be considered by this agency. Written proposals will be accepted at the Fleet and Industrial Supply Center, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392, Attn: Bid Clerk until 2:00 PM on 27 March 1998, Local Time. Fax proposals will be accepted at (757) 443-1424, Attn: Bid Clerk until 2:00 PM on 27 March 1998, Local Time. (0070)

Loren Data Corp. http://www.ld.com (SYN# 0059 19980313\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page