Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1999 PSA#2358

Fleet 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