Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,1999 PSA#2254

Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001

19 -- 19-SHIP BASED DEPLOYABLE PURSUIT BOATS SOL DTCG23-99-R-201003 DUE 012899 POC LCDR Orie Davis, Contract Specialist, Phone (202) 267-0531, Fax (202) 267-4019, Email odavis@comdt.uscg.mil -- Scott Palmer, Contracting Officer, Phone (202) 267-2489, Fax (202) 267-4019, Email WEB: Visit this URL for the latest information about this, http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=DTCG23-99-R -201003&LocID=14. E-MAIL: LCDR Orie Davis, odavis@comdt.uscg.mil. 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 commercial item acquisition is being conducted in accordance with subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-99-R-201003 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-08 (not including FAC 97-07). This solicitation is a small business set aside. The standard identification code is 3732 and the small business size standard is 500 employees. The Coast Guard will award a firm fixed price contract for the purchase of four, with options for up to four more, Ship Based Deployable Pursuit Boats (DPB) which are to be carried in pairs, for year round, high speed law enforcement (LE) in 4-6_ seas. Predicted operation is 500 hours/year, with 60% at maximum speed, 30% at 40 mph, and 10% at idle. The DPBs must be capable of safe and reliable operation in seas up to 10_ and shall meet the following minimum requirements: a. Rigid Inflatable Boat (RIB), maximum length and width (with all appendages) not to exceed 40 x 12 feet. Fendering shall be easily replaceable without special tools or equipment. Inflatable fendering shall have at least 5 chambers with high-pressure relief valves and heavy duty rub strakes. b. Calm water speed of not less than 55 mph with high maneuverability and acceleration; stable in all operating conditions with boat fully outfitted including full fuel, crew of 6 (@180 lbs ea.), 300 lbs of cargo, and no significant degradation of speed or safe seakeeping performance in 4_- 6_seas. c. Twin or Triple Diesel propulsion with engine ratings not to exceed those published by the engine manufacturer. d. Range of 300 miles at 40 mph. e. Six shock absorbing, bolster type seats. f. Center console type deck layout with windscreen, canopy and electronics arch. g. Fittings and slings for a single point lift with a safety factor of 6. h. Foam flotation to ensure buoyancy even if all watertight integrity has been lost. i. Communications package which includes the following waterproof, marine equipment: one VHF-FM radio (min 25W); loudhailer (min 20W); and integrated helmet based hands free communications system allowing crew and passenger effective internal and external communications underway at all speeds. j. Integrated NMEA 0183 waterproof, marine electronic navigation system that includes a Radar (min 4kW), 12 channel DGPS, Chartplotter, and digital display Depthsounder. k. Sufficient space and power to install a government VHF-FM radio (Motorola Astro-Spectra W9) and HF radio (Harris AN/PRC-138(v)2) after delivery. l. LE blue flashing light and siren. m. Magnetic compass. n. Navigation lights, red cockpit lighting, engine space lighting, dimmable console lights, and a remote controlled spot/floodlight. o. CO2 engine space fire suppression system, a B1 fire extinguisher, a 406 MHz Category 1 EPIRB, & electric bilge pump. p. Mooring/tie down fittings including bow eye, bow cleat or bitt, stern cleats and transom tie downs for a 34_ dia line. q. 6 cubic feet of integral watertight stowage. r. Canvas console covers. s. Boat construction and equipment installation in accordance with American Boat and Yacht Council Standards and Recommended Practices. Materials shall be marine grade and resistant to corrosion and UV degradation. Resins shall be vinylester or better. Structural aluminum shall be 5086 alloy or better. Stainless Steels shall be grade 316 or better. t. Parts and labor warranty of 3-5 years on hull structure, 2 years on fendering, and one year on all other equipment. u. Each DPB shall meet or exceed an operational availability of 80% defined as Available operational time/Total available time. v. Manufacturer_s Technical Manual(s) that include generalarrangement drawings; system schematics; operating instructions, maintenance schedule; maintenance and troubleshooting instructions; repair and overhaul instructions; and parts lists for the DPB and its equipment. w. Initial maintenance and casualty spares for 250 hours of operation and a listing of these items as recommended by the propulsion and auxiliary equipment manufacturers to meet operational availability of 80%. x. During normal working hours for a period of five years, if not already supported through other means, direct parts support delivered in CONUS within 48 hrs of notification and direct technical support to assist with casualty repairs. y. Boat operating, maintenance and minor repair training for eight persons per boat at contractor_s facility or other agreed upon location. z. Equipment shall be selected to meet/exceed requirements while minimizing maintenance costs whenever possible. Two DPBs shall be delivered, FOB destination (Portsmouth, VA), to the Coast Guard not more than 120 calendardays after contract award. The additional two boats shall be delivered to the same location not more than 150 calendar days after contract award. Acceptance trials will be conducted at the contractor_s facility or other agreeable location, prior to delivery, to determine compliance with the minimum requirements of this specification. The base contract is for four DPBs. Options are included for up to four more DPBs, spare fendering sets; spare propulsion engines; spare communication/navigation packages; and additional training programs. Options can be exercised during five Option Periods, the last of which ends 30 September 2003. Contractors submitting proposals shall include a completed copy of Section B (CLIN listing) with their proposal. The completed Section B will be incorporated into the contract. A copy of Section B can be obtained from the contact point listed above. Provision 52.212-1, Instructions to Offerors _ Commercial, applies to this acquisition. Offerors are reminded to read and follow the directions given in provision 52.212-1. The provision at 52.212-2, Evaluation _ Commercial Items is incorporated into this solicitation. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Factors to be considered include: (i) Technical _ Capability of the proposal to meet or exceed Coast Guard requirements as they relate to operational effectiveness, maintenance costs and project schedule, (ii) Price, and (iii) Past Performance. Technical and past performance, when combined, are significantly more important than price. Pursuant to the provision at 52.212-1, offerors must submit product literature and other technical data to support their assertion that the item they offer meets Government requirements. Offerors shall ensure that their proposal addresses ALL of the technical aspects of the proposed DPB required by this solicitation. In addition to demonstrating that the DPB meets the requirements of this solicitation, Offerors shall provide the following information in their proposals: A. GENERAL INFORMATION: 1. General description of the boat and its construction and arrangements including drawings as necessary. 2. List of proposed propulsion, auxiliary and electronic equipment. 3. Description of the offeror_s proposed warranty and logistics support program. B. EVALUATED INFORMATION: 1. Certification of performance. Discussion of maximum, safe, sustained operating speed in 4_ to 6_ seas, acceleration characteristics and maneuverability characteristics shall be provided along with documentation to support these performance claims (race results, official testing, independent operational references, video footage). High performance in these sea states is vital to the law enforcement mission. 2. Description of human engineering efforts undertaken/incorporated to maximize crew safety and comfort; while minimizing fatigue in all operating modes. 3. Provide a materials and labor hour estimate for five years of planned maintenance given the operational profile and predicted annual operating hours. 4. Project schedule timeline. Price will be evaluated as described at 52.212-2(b). Past performance information shall be provided as requested at 52.212-1(b)(10). Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification _ Commercial Items, with their proposal. 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 Statues or Executive Orders _ Commercial Items, applies to this acquisition. In addition, the following FAR clauses cited in 52.212-5 are applicable to this contract: 52.203-6, 52.219-8, 52.222.26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3. There are no addenda to any of the above clauses or provisions. The following clauses are incorporated into the solicitation and resultant contract by reference: 52.216-19 (maximum orders are described in Section B), 52.216-22, 52.217-7, 52.217-9 (insert _by 30 September each year_ in para. a and _5 years_ in para. c) Proposals are due no later than 1400 on 28 January 1999 in Room 5218 at the address listed above. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contract the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-0001/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. For Minority, Women Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small 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 inquires to the contact listed above. Posted 12/30/98 (D-SN284049). (0364)

Loren Data Corp. http://www.ld.com (SYN# 0119 19990104\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page