|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second Street
SW., Washington, DC 20593-0001 42 -- PERSONAL OXYGEN ALARMS SOL DTCG23-98-B-MM4096 DUE 091098 POC
Contact: LCDR Orie Davis, Ph: 202/267-0531/Contracting Officer: L.
Scott Palmer, Ph: 202/267-2489 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 with this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be issued. The
solicitation number is DTCG23-98-B-MM4096 and it is being issued as an
invitation to bid (IFB). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-05. This solicitation allows for full and open
competition. The standard industrial identification code is 3842 and
the small business size standard is 500 employees. Min Max CLIN
Description Qty Qty Unit Unit Price Total 0001 Personal O2 Alarm 250
750 ea. ____ ____ 1001 Personal O2 Alarm 250 750 ea. ____ ____ 2001
Personal O2 Alarm 250 750 ea. ____ ____ 3001 Personal O2 Alarm 250 750
ea. ____ ____ 4001 Personal O2 Alarm 250 750 ea. ____ ____ 5001
Personal O2 Alarm 250 750 ea. ____ ____ An Indefinite
Delivery/Indefinite Quantity (IDIQ) contract will be awarded from this
IFB. At contract award and at the beginning of each option period (if
exercised), a minimum of 250 Personal O2 Alarms will be ordered (CLINS
0001,1001, 2001, 3001, 4001, 5001). Up to 500 more Personal O2 Alarms
can be ordered at any time and during the remainder of each Option
Period using the unit price provided in CLIN 0001, 1001, 2001, 3001,
4001, or 5001 as applicable. All Personal O2 Alarms shall be shipped
FOB destination. A list of shipping destinations and quantities for
each destination will be provided with each order. For order quantities
less than 50, delivery of all alarms shall be in 30 days or less. For
orders greater than 50, delivery of all alarms shall be in 90 days or
less. A list of 72 planned shipping destinations is available upon
request. Award will be made to the responsive, responsible offeror
offering the lowest evaluated price. Evaluated prices will be
calculated by multiplyingthe unit price for each CLIN by the maximum
number of CLIN items to arrive at a Total CLIN Price. Six Total CLIN
Prices will be summed to calculate the evaluated price. Description of
the Personal O2 Alarm: Weight 5 oz or less; Worn clipped to shirt
pocket, collar or hard hat; Integral clipping device which allows one
hand attachment operation; operates in temperature ranging from 4 to
113 degrees Fahrenheit; operates in 0% to 90% humidity; Visual and
audible alarms to warn of potentially dangerous levels of oxygen
(audible alarm rated at 75dB minimum at 10 cm); alarm sounds when
oxygen levels are 19.5% and less; alarm test button allowing daily
alarm check by user; continuous operation after initial activation of
the unit without an on/off switch; low battery indicator with
sufficient power for 8 hours of operation after low battery power
indication; capable of calibration in ambient air having 20.8% oxygen;
one year continuous operation after initial activation with up to
three minutes of continuous alarmsper day; internal, non-replaceable
battery; warranted maintenance free operation (unnecessary to change
battery or sensor) and free from defects for a minimum of one year;
oxygen sensor of the electrochemical type utilizing a fluoropolymeric
diffusion membrane; impact resistant, durable casing providing
protection against shock when dropped and providing for electrical
conductivity to preclude false alarm activation due to radio frequency
interference. The provision at 52.212-1, Instructions to Offerors
Commercial, applies to this acquisition. Offerors shall include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications Commercial Items, with their offer. The clause at
52.212-4, Contract Terms and Conditions Commercial Items applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders Commercial Items,
applies to this acquisition. In addition, the following FAR clauses
cited in 52.212-5 are applicable to this acquisition: 52.203-6,
52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3,
52.225-9, and 52.225-18. There are no addenda to any of the above
clauses or provisions. The following clauses and provisions are
incorporated by reference into the IFB: 52.214-21, 52.216-19,
52.216-22, 52.217-5, 52.217-7, 52.217-9. Bids are due no later than
1400 EDT on 10 September, 1998. Bidders must sign and date their bids
in accordance with 52.212-1(b). Bids must also contain all information
shown in 52.212-1(b) in order to be responsive. Bidders are cautioned
to read and comply with provisions 52.212-1 and 52.212-3 carefully.
Bids must include descriptive literature sufficient to evaluate
compliance with the IFB requirements. Bid shall be delivered to
Commandant (G-ACS-2B/SP), U.S. Coast Guard Headquarters, 2100 Second
Street, SW, Room 5208, Washington, DC 20593-0001. Information on the
Coast Guard Ombudsman is available upon request. For Minority,
Women-Owned, and Disadvantaged Business Enterprises: The Department of
Transportation (DOT) Office of Small and Disadvantaged Business
Utilization (OSDBU) has a program to assist minority, women-owned and
disadvantaged enterprises to acquire short term working capital
assistance for transportation-related contracts. Loans are available
under the DOT Short Term Lending Program (STLP) at prime interest rates
to provide accounts receivable financing. The maximum line of credit is
$500,000. For further information and applicable forms concerning the
STLP, please call the OSDBU at (800)532-1169. Direct inquiries to the
contact listed above. Posted 08/26/98 (W-SN241968). (0238) Loren Data Corp. http://www.ld.com (SYN# 0287 19980828\42-0001.SOL)
42 - Firefighting, Rescue and Safety Equipment Index Page
|
|