Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1998 PSA#2064

U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247

62 -- PORTABLE LIGHT TOWERS SOL ACD-8-Q-0011 DUE 040898 POC Art Cooper, (214) 905-5390. No collect calls will be accepted. The Immigration and Naturalization Service, Dallas, Texas is issuing 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; quotations are being requested and a written solicitation will not be issued. Solicitation No. ACD-98-Q-0011 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This is a 100% Set-Aside for Small Business with a standard industrial classification code of 3648, Lighting Equipment, Not Elsewhere Classified, and a small business size standard of 500 employees. Term of the contract shall be a Base Year plus two One-Year Option Periods. The following are the Contract Line Item Numbers (CLINs) for the Base Year (date of award for a period of one year): CLIN 0001, Portable Light Tower, 56 each (guaranteed quantity to be purchased); CLIN 0002, Lamp, Halogen, 1,000 Watt, 24 each (guaranteed quantity to be purchased); First Option Year (End of Base Year for a period of one year): CLIN 0003, Portable Light Tower, Estimated 100 each; CLIN 0004, Lamp, Halogen, 1,000 Watt, Estimated 50 each; Second Option Year (End of First Option Year for a period of one year) CLIN 0005, Portable Light Tower, Estimated 100 each; CLIN 0006, Lamp, Halogen, 1,000 Watt, Estimated 50 each; The contractor shall provide a mobile light tower package that includes a water-cooled diesel engine attached to a 6000 watt or greater generator wired for 120/240 volt single phase. The package shall include four 1000 watt lights mounted to 30'or higher telescoping tower. Lights shall have quick disconnect lamp connections and store inside an enclosure. Combined components shall be assembled on a two wheel towable trailer with a protective cabinet for engine-generator and associated components. The cabinet shall be coated with a protectivecorrosion resistant paint. Engine 10.5 or more horse power at 1800 RPM, blower type fan; electric 12 volt start and stop with glow plug preheating; low oil and high temperature shutdown; quiet type muffler with protective guard or shroud; coolant recovery system; 12 volt battery with battery lockdown; spin on oil and fuel filters; replaceable dry type air cleaner; and a fuel tank with sufficient capacity to run for at least 50 hours. Generator a single bearing generator with a 120/240 volt, single phase, 60 Hz, 1800 RPM minimum rate at 6000 watts or more. Control Panel Shall be located inside the light tower compartment; have four toggle switches, one for each floodlight, protected by 20 amp circuit breaker and time and battery charging indicator meters; Key and switch for starting and stopping; one 120 volt receptacle mounted to control panel, circuit breaker protected. Lamps four 1000 watt lamps with lamp life of 10,000 hours. NOTE: Any replacement lamps, i.e., CLINs 0002, 0004 and 0006, must meet this specification. Telescoping Tower 30' or more extended telescoping frame; galvanized to prevent binding, friction or rusting; 1500 pound rated material self braking winch to raises the tower; 4000 pound rated galvanized boom cable; tower that is able to rotate 360 degrees with grease fittings for the rotating device and a pop in anti-rotating mechanism and tension knob to eliminate vibrations between rotating sections. Lift Attachments sleeves located on top of boom telescoping section, accessible from side entry; cable guide with pulley system which allows wear to the telescoping cable. Tower Electrical Cable a retractable cord design that is protected in the storage position; rated for 600 volts; a wiring box that is located on the outer boom section for making cord connections between the cord and the ballast system. Enclosure compartment is constructed of a minimum of 14 gauge sheet metal; two door design, one on each side; shall allow for enough ventilation to operate in warm to hot climates with doors closed and for ventilation of engine exhaust and radiator fan air. Galvanized Trailer Frame a two wheel towable design with a leaf spring supported axle; a frame design tongue with a 2" ball hitch for towing; double wall plastic fenders; touring lights and safety chain. Outrigger system Three point outrigger system with bolt on galvanized sleeve sections; rear outriggers shall be adjusted for variable positioning; suitable swivel jacks to support the outriggers; tower shall be able to withstand up to 55 MPH winds from all projected angles of the floodlight when outriggers positioned and lamps fully deployed. Delivery shall be to McAllen, Texas, Laredo, Texas, Del Rio, Texas, Marfa, Texas, or El Paso, Texas, FOB Destination. Delivery of guaranteed minimum on CLIN 0001 to be as follows: 20 each no later than April 28, 1998 and a minimum of 10 each per month, thereafter. NOTE: The first 56 units shall be delivered to McAllen, Texas. Delivery during the option years shall be made at the rate of no less then 10 units per month, subject to actual orders placed. Offerors are encouraged to propose an alternate delivery schedule, if appropriate. The provisions at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. FAR 52.212-2, Evaluation Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Offeror shall submit a technical description and pictures of the product offered with quotation. Award will be made to the low, technically acceptable offeror. Also, offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and FAR 52.207-4, Economic Purchase Quantity-Supplies, with its offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.216-18, Ordering (paragraph (a), so much that reads, "Such orders may be issued from date of award for a period of one year."); FAR 52.216-19, Order Limitations (paragraph (a), so muchthat reads, "When the Government requires supplies or services covered by this contract in an amount of less than two "; (b)(1) "Any order for a single item in excess of 56"; (b)(2), "Any order for a combination of items in excess of 150"; (b)(3), "A series of orders from the same ordering office within ten (10) days ";; (d) " unless that order is returned to the ordering office within five (5) days after issuance "; FAR 52.216-22, Indefinite Quantity, paragraph (d), "Contractor shall not be required to make any deliveries under this contract after the completion of the last delivery order." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following additional clauses apply to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Deviation); FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reportson Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act Supplies; and FAR 52.225-18, European Union Sanction for End Products; 52.252-1 Solicitation Provisions Incorporated by Reference, "Also, the full text of a solicitation provision may be accessed electronically at attp://www.arnet.gov./far. Delivery Orders may be issued via facsimile. See Note #1. Quotes are due April 8, 1998, 4:00pm, at Immigration & Naturalization Service, ATTN: Art Cooper, ACDCAP, 7701 N. Stemmons freeway, Dallas, TX 75247. During the week of March 30 through April 3, 1998, inquiries should be in written form and faxed to (214) 767-7458. Beginning April 6, 1998, inquiries should be directed to Art Cooper, (214) 905-5390. Facsimile quotes will be accepted at (214) 767-7458. All responsible sources may submit a quotation which shall be considered. (0086)

Loren Data Corp. http://www.ld.com (SYN# 0242 19980401\62-0001.SOL)


62 - Lighting Fixtures and Lamps Index Page