|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1998 PSA#2176Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 62 -- RELAY OPERATED BATTLE LANTERN RECHARGABLE BATTERY CONVERSION
KITS SOL N00244-98-R-0147 DUE 092197 POC James L. Browley (619)
532-3988 WEB: Click here to find out more about FISC San Diego,
http://www.sd.fisc.navy.mil. E-MAIL: Click here to find out more about
FISC San Diego, ficsd_bid_officer@fmso.navy.mil. The item being
acquired has a qualification requirement. All potential sources must be
listed on the "Qualified Manufacturers List." This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. The announcement constitutes the
only solicitation; proposals are being requested and a separate written
solicitation will not be issued. Solicitation number N00244-98-R-0147
applies and is issued as a Request For Proposal. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-05 and Defense Acquisition
Circular 91-13. The standard industrial code is 3646 and the business
size standard is 750 employees. This requirement is for a fixed priced
contract (with indefinite delivery and indefinite quantity provisions)
for Relay Operated Battle Lantern Rechargeable Battery Conversion Kits
and Manufacturers Technical Manuals.Line Item 0001: Estimated Quantity
24,193 each: Item Description: Relay Operated Battle Lantern
Rechargeable Battery Conversion Kits. Each kit includes the following
basic components: a relay housing assembly including a replacement
gasket with an indicating Light Emitting Diode (LED)assembly and
appropriate wiring and connectors to mate the battery charger
connectors, a battery charger and battery, a lamp (Ind. No. 7613).
There shall be no test switch. The conversion kit must meet the
following requirements: shall provide for a "light on" condition with
approximately 3 seconds when activated, shall provide four (4) hours of
lighting when battery is fully charged, shall require twelve (12) hours
or less to recharge from full discharged to full charged, all
components (for example, relays) shall be solid state construction, all
components shall be non-arcing/non-sparking (ignition sources) in
design and construction, shall provide a battle lantern relay housing
assembly with an LED mounted on front (to indicate when the unit is
fully charged or charging mode) already mounted and wired, shall
provide a complete kit fully assembled and requiring minimal
installation procedure (battery replacement, top plate mounting and
terminal connections only), and shall provide means of venting or
eliminating any explosive gas buildup within the battle lantern such as
a permeable membrane or sintered barrier to dissipate hydrogen gas
while keeping moisture out. Commercial approvals, such as Factory
Mutual, Underwriters Laboratories, etc, of conversion kits is desirable
but not required. Line item 0002: Quantity: 18 manufacturers technical
manuals; not separately priced. The desired delivery schedule is as
follows: 100 kits delivered 120 days after award of contract. The
remaining kits will be delivered at a rate of 400 per week beginning 19
January 1999. Offeror may present an alternate delivery schedule. Items
will be delivered FOB Destination to: Fleet and Industrial Supply
Receiving Center, Attn: James L. Browley Code 2602, 937 N. Harbor
Drive, Bldg. #12, San Diego, CA 92132. Contact Lt. Kevin Rigney at
(619) 437-3137 or James L. Browley at (619) 532-3988. Items will be
marked in accordance with instructions provided prior to commencement
of shipment. Acceptance will be made at destination. The term of the
contract shall be a base year with two (2) one year option periods:
52.216-18 Ordering: (a) from date of award through 30 September 1999.
Ordering Period Option Year I: 1 October 1999 to 30 September 2000.
Ordering Period Option Year II: from 1 October 2000 to 30 September
2001. 52.216-19 Order Limitations (Oct 1995): (a) Minimum order. 100
kits, (b) Maximum order: in excess of 24,193 kits; (2) combination of
items in excess of 24,193; or (3) A series of orders within seven (7)
days. 5252.216-9403 Written Orders (Indefinite Delivery Contracts (9
JAN 1992) (NAVSUP). 52.216-22 Indefinite Quantity (Oct 1995):Contractor
shall not be required to make any deliveries under this contract after
30 December 1998. 52.217-5 Evaluationof Options (Jul 1990). 52.217-6
Option for Increased Quantity (Mar 1989). The provision at FAR
52.212-1, Instructions to Offerors-Commercial Items applies. Addendum
to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express
warranty which at a minimum shall be the same warranty terms, including
offers of extended warranties, offered to the general public. Express
warranties shall be included in the contract. Addendum to FAR 52.212-1,
Offerors are required to complete and include a copy of the following
provisions with their proposals: FAR 52.212-3, Offeror Representation
and Certifications Commercial Items; DFARS Clause 252.212-7000, Offeror
Representations and Certifications-Commercial Items; and addendum
clause DFARS 252.225-7035, North American Free Trade Agreement
Implementation Act. Clause 52.212-4, Contract Terms and
Conditions-Commercial Items, applies as well as the following addendum
clauses: FAR 52.211-5, New Material; FAR 52.211-7, Other Than New
Material, Residual Inventory, and Former Government Surplus Property;
FAR 52.225-18, European Community Sanctions for End Products. The
clause at 52.212-5, Contract Terms and Conditions Required To Implement
Statutes or Executive Orders-Commercial Items applies with the
following applicable clauses for paragraph (b): FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government-Alternate I; FAR
52.203-10, Price or Fee Adjustment for Illegal or Improper Activity;
FAR 52.219-8 Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity; FAR
52.222-35,Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. DFARS 252.212-7001, FAR 52.209-1
Qualification Requirements (FEB 1995): (a) Definition: "Qualification
requirement," as used in this clause, means a Government requirement
for testing or other quality assurance demonstration that must be
completed before award. (b) One or more qualification requirements
apply to the supplies or services covered by this contract. For those
supply or services requiring qualification, whether the covered product
or service is an end item under this contract or simply a component of
an end item, the product, manufacturer, or source must have
demonstrated that it meets the standards prescribed for qualification
before award of this contract. The product, manufacturer, or source
must be qualified at the time of award whether or not the name of the
product, manufacturer, or source is actually included on a qualified
products list, qualified manufacturers list, or qualified bidders list.
Offerors should contact the agency activity designated below to obtain
all requirements that they or their products or services, or their
subcontractors or their products or services must satisfy to become
qualified and to arrange for an opportunity to demonstrate their
abilities to meet the standards specified for qualification. Name: Fred
Crowson, Address: Office of the Assistant Secretary (I&E), Director For
Safety & Survivability, 1000 Navy Pentagon, Washington, D.C.
20350-1000. (c) If an offeror, manufacturer source, product or service
covered by a qualification requirement has already met the standards
specified, the following relevant information must be provided:
Offeror's Name; Manufacturer's Name; Source's Name; Item Name; Service
Identification; Test Number (to the extent known):(d) Even though a
product or service subject to a qualification requirement is not itself
an end item under this contract, the product, manufacturer, or source
must nevertheless be qualified At the time of award of this contract.
This is necessary whether the Contractor or a subcontractor will
ultimately provide the product or service in question. If, after award,
the Contracting Officer discovers that an applicable qualification
requirement was not in fact met at the time of award, the Contracting
Officer may either terminate this contract for default or allow
performance to continue if adequate consideration is offered and the
action is determined to be otherwise in the Government's best
interests. (e) If an offeror, manufacturer, source, product or service
has met the qualification requirement but is not yet on a qualified
bidders list, qualified manufacturers list, or qualified bidders list,
the offeror must submit evidence of qualification prior to award of
this contract. Unless determined to be in the Government's interest,
award of this contract shall not be delayed to permit an offeror to
submit evidence of qualification. (f) Any change in location or
ownership of the plant where a previously qualified product or service
was manufactured or performed requires reevaluation of the
qualification. Similarly, any change in location or ownership of a
previously qualified manufacturer or source requires reevaluation of
the qualification. The reevaluation must be accomplished before the
date of award (end of clause). Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, applies with the following clauses
applicable for paragraph (b): DFARS 252.225 7012, Preference for
Certain Domestic Commodities; and DFARS 252.225- 7036, North American
Free Trade Agreement Implementation Act. Any contract awarded as a
result of this solicitation will be a DO rated order certified for
national defense use under the Defense Priorities and Allocations
System. The government intends to make a single award to the
responsible offer whose offer is the most advantageous to the
government considering price and price related factors. Provision
52.212-2, evaluation Commercial Items: The government will award a
contract resulting from the solicitation to the technically acceptable
offeror whose offer conforming to the solicitation will be most
advantageous to the Government price and other factors considered. To
be determined technically acceptable, the offeror must be on the
Qualified Manufacturers list and furnish product literature that
demonstrates the products offered meet all requirements stated in the
above purchase descriptions for Line Items 0001 and 0002. (b) Offeror's
PAST PERFORMANCE information will be used to make a determination of
whether the offeror has a satisfactory record of past performance. Past
performance is slightly more important than price. Offerors should,
therefore, provide performance history and references to demonstrate
satisfactory performance for up to three prior similar contracts
performed within the past three years. The Contracting Officer will
evaluate Offeror's PAST PERFORMANCE as follows: NEUTRAL: No relevant
past performance available for evaluation. Offeror has asserted that it
has no relevant directly related or similar past performance
experience. Proposal receives no merit or demerit for this factor.
OUTSTANDING: No risk anticipated with delivery of quality product, on
time, or of any degradation of performance, or lack of customer
satisfaction based upon offeror's past performance. SATISFACTORY: Very
little risk anticipated with delivery of quality product, on time, or
of degradation of performance, or lack of customer satisfaction based
upon the offeror's past performance. MARGINAL: Significant potential
risk anticipated with delivery of quality product, on time, and of
degradation of performance based upon the offeror's past performance.
Sealed offers in original and 1 copy must be received no later than
3:00 PM, local time, 21 September 1998. Offers sent via the US Postal
Service should be mailed to the Fleet and Industrial Supply Center, Bid
Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212. All offers not
sent through the US mail will be considered to be hand carried and
direct delivered. Hand carried offers must be delivered directly to and
placed in the depository located in Building 1, 2nd Floor Bid Desk,
Room 207, 937 N. Harbor Drive, FISC Regional Contracts Department.
Direct delivery of offers is only possible during weekdays, excluding
federal holidays, between the hours of 8:00 am and 4:00 p.m. See
Note(s) 01 and 23. Posted 09/04/98 (W-SN246559). (0247) Loren Data Corp. http://www.ld.com (SYN# 0285 19980909\62-0002.SOL)
62 - Lighting Fixtures and Lamps Index Page
|
|