|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1999 PSA#2358Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street,
Code 200 Bid Desk, Bremerton, WA 98314-0051 20 -- BERTHING AND STORAGE VANS WITH GENERATOR, WINCH AND CABLE
EQUIPMENT SOL N00406-99-T-5261 DUE 060799 POC Carrie Bender
(360)476-7175 E-MAIL: Contracting Officer,
carrie_lawson-bender@puget.fisc.navy.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 in this notice. This announcement constitutes the
only solicitation; proposals are being requested and a written
solicitation will not be issued. This solicitation N00406-99-T-5261 is
issued as a request for quotation. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-11. This is a 100% small business set-aside,
with a SIC code of 3429 and a maximum of 500 employees. The U.S.
Government, under FMS Case #EG-GDZ, requires the following: CLIN
DESCRIPTION QTY UNIT 0001 Berthing Van 1 EA 0002 Storage Van 2 EA 0003
Winch, with spooling of cable 2 EA 0004 System Generator 2 EA Detailed
Description: The above line items comprise a containerized, portable
system which will receive extensive exposure to the marine environment.
The dimensions of the berthing van and storage van are the same at 8'
wide by 20' long by 8'6" high for each unit. The berthing van is to
have a single personnel door on one end, and an escape hatch at the
other end. The storage van is to have one set of double doors at each
end. The berthing van must include two air conditioning/heat pump units
which are each comprised of inside and outside units. The total cooling
capacity of each unit must be at least 2.6 KW, and the total heating
capacity of the unit must be at least 3.6 KW. The dimensions of the air
conditioning/heat pump units are to be no more than 270 millimeters
high by 750 millimeters wide by 183 millimeters deep for the indoor
portion, while the outdoor portion is to be no more than 530
millimeters high by 698 millimeters wide by 250 millimeters deep. The
max. weight for the indoor portion of the air conditioning unit is to
be 8 kg, and the outside max. is to be 28 kg. The storage van is to
include a frame into which the winch will be bolted, as well as two
wall mounted cable racks and one 5 shelf shelving unit, and a rack to
support the generator. The storage van is also to include four magnetic
sensor hangars, and one shore cable hangar. Both the berthing and
storage vans must provide power and lighting. The winch will be used to
store fiberoptic cable, and must have a drum capacity for 16,100 feet
of .5" diameter cable. The Government will provide cable within 70 days
of contract award, so that the contractor may spool the Government
provided cable onto the winch. The pricing for the winch is to include
the spooling cost. The system generator must have a capacity of 15 KW,
and cannot be more than 71.7" long by 31.9" deep by 39" high. Offerors
must provide layout drawings of the berthing and storage vans.
Delivery: The above system must be provided F.O.B. Destination within
84 days of contract award. Place of delivery is: Fox Island Laboratory,
630 3rd Avenue, Fox Island WA 98333. Provisions: The following FAR and
DFARS provisions apply to this acquisition and will be included in
full or by reference, as appropriate, in any subsequent award document:
52.212-1, Instructions to Offerors -- Commercial; 52.211-8, Time of
Delivery; DFARS 252.225-7000, Buy American Act -- Balance of Payments
Program Certificate; 52.212-4, Contract Terms and Conditions; 52.212-5,
Contract Terms & Conditions Required to Implement Statutes or Executive
Orders -- Commercial Items (including 52.203-6 Alternate 1; 52.219-8;
52.219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37;
52.232-33); DFARS 252.212-7001 (including 252.225-7001; 252.225-7002;
252.225-7009; 252.225-7012; 252.225-7027; 252.225-7028; 252.243-7002;
252.247-7024). Note that a single award will be made for all items. The
following provision applies to this acquisition: 52.212-2, Evaluation
-- Commercial Items (JAN 1999) (DEV) (a) The Government will award a
contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to
the Government, price and other factors considered. (b) The following
factors shall be used to evaluate offers: (I) Past Performance; (II)
Price. Past performance is moderately more important than price. (c) A
written notice of award of acceptance of an offer, mailed or otherwise
furnished to the successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either party. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer), whether
or not there are negotiations after its receipt, unless a written
notice of withdrawal is received before award. Posted 05/28/99
(W-SN337135). (0148) Loren Data Corp. http://www.ld.com (SYN# 0180 19990602\20-0003.SOL)
20 - Ships and Marine Equipment Index Page
|
|