Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083

W -- LEASE OF MAN-LIFTS SOL N00140-98-R-3338 DUE 091498 POC Kevin Linden, Contract Specialist, (215) 697-9685, or J. O'Sullivan, Contracting Officer (215) 697-9680 E-MAIL: CLICK HERE TO CONTACT BID OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby requested and a written solicitation will not be issued. FISC Norfolk Det-Philadelphia is soliciting on a full and open competitive basis. Award of a firm fixed price definite quantity type contract is contemplated. The standard industrial classification code is 3536. Contract Line Item Number (CLIN) 0001: Rental of 4 each Manlifts -- for the period 1 October 1998 to 30 September 1999 in accordance with Manlift Specification A listed below. 0002: Rental of 4 each Manlifts -- for the period 1 October 1998 to 30 September 1999 in accordance with Manlift Specification B listed below. 0003: Rental of 2 each Manlifts -- for the period 1 October 1998 to 30 September 1999 in accordance with Manlift Specification C listed below. 0004:Option for CLIN 0001 -- for the period of 1 October 1999 to 30 September 2000. 0005: Option for CLIN 0002 -- for the period of 1 October 1999 to 30 September 2000. 0006: Option for CLIN 0003 -- for the period of 1 October 1999 to 30 September 2000. 0007: Option for CLIN 0001 -- for the period of 1 October 2000 to 30 September 2001. 0008: Option for CLIN 0002 -- for the period of 1 October 2000 to 30 September 2001. 0009: Option for CLIN 0003 -- for the period of 1 October 2000 to 30 September 2001. 0010: Option for CLIN 0001 -- for the period of 1 October 2001 to 30 September 2002. 0011: Option for CLIN 0002 -- for the period of 1 October 2001 to 30 September 2002. 0012: Option for CLIN 0003 -- for the period of 1 October 2001 to 30 September 2002. Additionally, an option to purchase equipment is incorporated. The offeror shall state the purchase price or provide a formula that shows how the purchase price will be established at the time of purchase. The purchase conversion cost ofthe equipment shall be computed as of the effective date specified in the unilateral modification required to purchase equipment, on the basis of the purchase price set forth in the contract, minus the total purchase option credits accumulated during the period of lease or rental, calculated by the formula provided by offeror with his original proposal. The accumulated purchase option credits available to determine the purchase conversion cost will also include any credits accrued during a period of lease or rental of the equipment under any previous Government contract if the equipment has been on continuous lease or rental. The movement of equipment from one site to another site shall be "continuous rental." MANLIFT SPECIFICATION A: On-call maintenance is required for each manlift. This maintenance shall provide an 8 hour response time to trouble calls and a replacement manlift, if manlift will not be functioning and available for use within 24 hours of the trouble call. Manlifts are to be delivered to andpicked up at: U.S.N. Drydock "Oakridge", Pier 17 South -- Lower Base, Naval Submarine Base, Groton, CT 06349. Manlifts shall conform to the following requirements: diesel powered; 15 gallon minimum fuel capacity; articulating boom with zero degree tail swing; audible travel warning signals only; foam-filled tires; 60 foot maximum acceptable working height; 45 feet minimum acceptable working height; 200 pounds minimum required platform capacity; 500 pounds maximum required platform capacity; 26,000 pounds maximum acceptable overall weight; 8 feet minimum acceptable wheelbase; 20 degree (35%) minimum acceptable grade ability; 1 mph minimum acceptable speed; 3.6 mph maximum acceptable speed; 8 feet maximum acceptable inside turning radius; 14 feet maximum acceptable outside turning radius; 1 foot minimum acceptable ground clearance. Equipment will be used for multiple shifts per day will be used for some hydroblasting. MANLIFT SPECIFICATION B: On-call maintenance is required for each manlift. This maintenance shall provide an 8 hour response time to trouble calls and a replacement manlift, if manlift will not be functioning and available for use within 24 hours of the trouble call. Manlifts are to be delivered to and picked up at U.S.N. Drydock "Shippingport", Pier 15 North -- Lower Base, Naval Submarine Base, Groton, CT 06349. Manlifts shall conform to the following requirements: gasoline powered; 15 gallon minimum fuel capacity; articulating boom with zero degree tail swing; 25 foot minimum acceptable length with boom stored; 7 foot minimum acceptable height with boom stored; audible and visual travel warning signals; foam-filled tires; 4 foot minimum acceptable working height; 50-60 foot maximum acceptable working height; 500 pound minimum acceptable platform capacity; 500 pound maximum acceptable platform capacity; 19,000 pound maximum acceptable overall weight; 8 feet minimum acceptable wheelbase; 20 degree minimum acceptable grade ability; 1 mph minimum acceptable speed; 3.6 mph maximum acceptable speed; 3 feet maximum acceptable inside turning radius; 14 feet maximum acceptable outside turning radius; 2 feet minimum acceptable ground clearance; two- or four-wheel drive. Possibility of equipment being used for multiple shifts -- will be used for some hydroblasting. MANLIFT SPECIFICATION C: On-call maintenance is required for each manlift. This maintenance shall provide an 8 hour response time to trouble calls and a replacement manlift, if manlift will not be functioning and available for use within 24 hours of the trouble call. The Maintenance Support Branch, Building #400, phone:(860)694-4542, between the hours of 0730 -- 1600, is the point of contact to arrange delivery/pick-up of manlifts for the Public Works Department, Naval Submarine Base, Groton, CT 06349. Manlifts shall conform to the following requirements: diesel or gasoline powered; 15 gallon minimum fuel capacity articulating boom with zero degree tail swing audible and visual travel warning signals pneumatic, solid, or foam-filled tires; 16 foot minimum acceptable working height; 66 foot maximum acceptable working height; 200 pounds minimum required platform capacity; 500 pounds maximum required platform capacity; 8 degree minimum acceptable grade ability; 1 mph minimum acceptable speed; 3.6 mph maximum acceptable speed. Possibility of equipment being used for multiple shifts. The following factors shall be used to evaluate offers: price and past performance; FAR 52.212-1,52.212-2, 52.212-3, 52.212-4, 52.212-5. As an addendum to 52.212-5, paragraph (b) also include the following numbered subparagraphs in this clause: (1),(2), (3), (5), (6), (7,) (8), (9); FAR 52.204-4, 52.217-9, 52.217-5, 52.216-18, 52.216-19, 52.216-20, 52.207-5. The incorporated provisions and clauses are those in effect through FAC 90-46. The following Defense (FAR) supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: DFAR 252.212-7000 252.212-7001 also paragraph (a) and the following clauses under Paragraph (b): 252.225-7012, 252.225-7028, 252.233-7000, Paragraph C. Past Performance proposal is to include all data and information required for evaluation, and exclude any reference to the pricing aspects of the offer. Each page of each copy should be affixed with the following legend: Source Selection Information -- See FAR 3.104. In the event any portion of the past performance proposal is written by anyone who is not a bona fide employee of the firm submitting the proposal, a certificate to this effect shall be furnished which shall be signed by a responsible officer of the offeror and shall also identify the person's name, employment capacity, the name of the person's firm, the relationship of that firm to the offeror, and the portion of the technical proposal the person wrote. Any offeror who will be submitting CLASSIFIED data in their past performance proposal shall first notify the Center by contacting the point of contact for this solicitation. Classified data that is forwarded as part of an offeror's proposal must behoused in its own binder, separate from the unclassified portion. The offeror shall describe its past performance on similar contracts it has held within the last five years which are similar scope, magnitude and complexity to that which is detailed in the RFP or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: A. The contract number(s). B. name and phone number of point of contact at the federal, state, local government or commercial entity for which the contract was performed. C. Dollar value of contract. D. Detailed description of the work performed. E. Names of subcontractor(s), if any, and a description of the extent of work performed by the subcontractor(s). F. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. Award will be made to the eligible, responsible offeror whose total offer, conforming to the solicitation, is determined most advantageous to the Government, price and past performance considered. The evaluation will consider past performance significantly less important than price. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the proposal of an offeror with no relevant past performance history, while rated neutral for past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposal of other offers. The offeror must provide the information requested above forthe past performance evaluation or affirmatively state that it possesses no relevant directly related or similar past performance. The Government will consider the quality of offerors' past performance. This consideration is separate and distinct from the Contracting Officer's responsibility determination. The assessment of the offeror's past performance will be used a means of evaluating the relative capability of the offeror and other competitors to successfully meet the requirements of the RFP. In determining the rating for the past performance evaluation factor, the Government will give greater consideration to the contracts which the Government feels are most relevant to the RFP. As a minimum, vendors should provide this office: a price proposal on letterhead or an SF1449 for the requested items with unit price, extended price, past performance information, how purchase options credits accumulated toward purchase price, prompt payment terms, remittance address, and include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000 with their offer. For information regarding the solicitation, POC is Kevin Linden (215) 697-9685. Responses to this solicitation are due no later than 3:00 p.m. local (Philadelphia) time, 10 Sept 98. All offers shall be sent to FISC Norfolk Det Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083, Attn: Bid Room, Code 02P52G and should reference N00140-98-R-3338. Submission of proposals via facsimile is authorized. Proposals submitted vial facsimile should reference N00140-98-R-3338 and be forwarded to (215) 697-9738. In accordance with FAR 52.215-18, if the offeror chooses to transmit a facsimile proposal, the government will not be responsible for any failure attributable to the transmission or receipt of the facsimile proposal. Offerors should take into account that numerous proposals may be transmitted at the time of offer closing. Posted 08/27/98 (D-SN242865). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0142 19980831\W-0001.SOL)


W - Lease or Rental of Equipment Index Page