Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169

Commandant (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