|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1998 PSA#2181Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 35 -- SERVICE AND TRADE EQUIPMENT SOL N00244-98-T-0026 DUE 092998 POC
Point of contact is Nicole Hunga, Contract Specialist at 619-532-2564;
FAX 619-532-1088 WEB: n / a, n / a. E-MAIL: Click here to contact the
Contract Specialist via, nicole_m_hunga@sd.fisc.navy.mil. This is a
combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-98-T-0026. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-05
and Defense Acquisition Circular 91-13. This solicitation is issued on
an unrestricted basis, under Standard Industrial Code 3569 with a small
business standard of 500 employees. FISC San Diego has a requirement
for the following items: ITEM 0001 is for one (1) portable magnetic
minesweep cable reel stand capable of loading and unloading magnetic
cables. Dimensions are as follows: Length -- 168 inches, Width -- 136
inches, and Height -- 149 inches. TSE International, Inc. model number
PRS-18-132 X 115 (or equivalent). Specifications are as follows: High
strength tubular steel frame with "A" frame supports, 100% welded and
reinforced. Capacity for reels 132" diameter, 111" wide and 18,000
pounds in weight. 4-1/2" diameter reel shaft with double drive arm,
locking collar and lifting loops. Two (2) tapered reel arbor adapter
bushings 3-1/2" to 4-3/4" shaft. Quick change reel shaft removal system
which allows simple reel changes with a straight vertical lift. No
tools or adjustment to brake is required to change reels. Anti-friction
bearing supports for reel shaft. 36" diameter bronze disc brake with a
manual brake caliper on the reel shaft for tensioning conductor.
Hydraulic rewind consisting on a hydraulic motor mounted with capacity
for 45,000 In.-pounds torque based on 2,000 PSI hydraulic supply.
Safety lock to prevent reels from rotating during transport. Levelwind
will be a ball screw type that is controlled hydraulically at the
control console with a pressure system gauge for the levelwind.
Levelwind will swing away so that it will not interfere with feeding
out of the cable. The control console will be located so that the
operator can view the installation and removal of the cable from the
reel. Pay-In and Pay-Out are controlled by portional valves with
pressure system gauge. Hold down eyes to secure reel stand to a deck.
Unit is to be sandblasted, primed with 2 coats and painted with two
coats of gray polyurethane paint. ITEM 0002 is for a hydraulic power
pack, 18 horsepower air-cooled gasoline engine, electric start,
hydraulic reservoir, hydraulic pump and motor, hydraulic return filter,
6 gallon fuel tank, " hydraulic hoses instead of standard ", hydraulic
oil cooler with electric fan. ITEM 0003 is for a reel spindle
attachment. TSE International, Inc. 3.5" Reel Spindle (or equivalent).
Dimensions are as follows: Length 125 inches and Diameter 3.5 inches.
Specifications are: 3-1/2" diameter reel shaft with double drive arm
with drive pins, locking collar, and lifting loops. Two (2) tapered
reel arbor adapter bushings 3-1/2" to 4" shaft. Storage for extra reel
shaft attached to the reel stand (TSE model PRS-18-132 X 115 or
equivalent). Unit is to be sandblasted, primed with two coats and
painted with 2 coats of polyurethane paint. Required delivery is to
Naval Station, Ingleside, Texas on October 30, 1998. Deliveries to
Naval Station, Ingleside must be made between the hours of 0700 and
1530, Monday through Friday, excluding Government holidays. Acceptance
shall be at destination. The following provision apply FAR 52.212-1,
Instructions to Offerors Commercial Items, Addendum to FAR 52.000-1,
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. Offerors are required complete and include a
copy of the following provisions with their proposals: FAR 52.212-3,
Offeror Representation and certifications Commercial Items. Clause FAR
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. The clause at 52.212-5 Contract Terms and
Conditions Required To Implement Statues or Executive Orders
Commercial Item applies with the following applicable clauses for
paragraph (b): 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, DFAR 252.204-7004 Required Central Contractor
Registration, applies to all solicitations issued on or after 6/1/98.
Lack of registration in the CCR database will make an offeror/quoter
ineligible for award. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b) DFAR
252.225-7001 Buy American Act and Balance of Payment Program, and DFAR
252.225-7012 Preference for Certain Domestic Commodities. The
Government intends to make a single award to the responsible Offeror
whose offer is the most advantageous to the Government considering
price and price related factors. Provision 52.212-2 Evaluation
Commercial Items applies with paragraph (a) completed as follows: Award
will be made to the Offeror that meets the solicitation's minimum
criteria for technical acceptability at the lowest price. To be
determined technically acceptable the Offeror must furnish product
literature that demonstrates the products offered meet all requirements
stated in the above purchase descriptions for all Line Items. BID IS
ALL OR NONE. All responsible Offerors are to submit current pricing,
delivery time, payment terms, cage code, Dunn and Bradstreet number,
Tax Identification Number and all applicable specifications regarding
this solicitation. Also required are copies of applicable commercially
published price lists pertaining to your company's products that meet
the specifications. Quotes must be received no later that 3:00 p.m.
PST, September 29, 1998 and will be accepted via FAX (619-532-1088)
Attn: Nicole Hunga. DO NOT MAIL. Clause information can be downloaded
from the internet from the following addresses;
http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 09/14/98
(W-SN249293). (0257) Loren Data Corp. http://www.ld.com (SYN# 0234 19980916\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|