Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1998 PSA#2176

Fleet & 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