Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1999 PSA#2378

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

62 -- 62 -- MEDIUM-INTENSITY LIGHT EMITTING DIODE (LED) BUOY LANTERN SOL DTCG23-99-R-T43010 DUE 072399 POC Faye Willis, Contract Specialist, Phone (202) 267-6205, Fax (202) 267-4019, Email fwillis@comdt.uscg.mil -- Cliff Davis, Contracting Officer, Phone 202-267-6201, Fax 202-267-4019, Email cdavis@comdt.uscg.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=DTCG23-99-R-T 43010&LocID=14. E-MAIL: Faye Willis, fwillis@comdt.uscg.mil. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request For Proposal number DTCG23-99-R-T43010. This solicitation document will incorporate provisions and clauses that are in effect through Federal Acquisition Circular 97-11. The standard industrial classification code is 3648 and the size standard is 500 employees. The contractor shall provide all necessary labor, materials and equipment required to manufacture Medium Intensity Light Emitting Diode (LED) Buoy Lanterns in accordance with the Statement of Work and U.S. Coast Guard Ocean Engineering Specification G-SEC 498, which are available upon request. The minimum optical performance requirements include: (1) the lanterns must provide a peak intensity of 60 candela and an effective intensity, with a 0.3 second flash duration, of 36 candela; (2) the light output must be uniform around the horizontal (focal) plane; (3) the light signal must have a minimum vertical divergence, between the 50% intensity points (FWHM), of 8 degrees, and (4) signal colors must conform to the recommendations for signal colors issued by the International Association of Marine Aids to Navigation and Lighthouse Authorities (IALA). The LED lanterns are intended for use on minor aids to navigation, including buoys and single-pile structures. They must be able to withstand the rigors of continuous operation, for a period of not less than six-years, in the marine environment, without requiring preventive maintenance. The LED lanterns must incorporate a control system to allow selection of the various signal characteristics presently in use by the U.S. Coast Guard. Multiple awards are anticipated and the minimum for any single award shall be no less than 20 red and 20 green lanterns, with the total quantity, across all awardees, estimated to be 100 each red and green lanterns. Larger quantities may be ordered depending on unit price and the actual number of awards made. The lanterns purchased under this procurement will undergo both laboratory and field test and evaluation to validate the performance level under the various environmental conditions encountered. The contractor shall develop a test plan in compliance with Contract Data Requirements List (CDRL) _ Form DD 1423-1, CDRL A001 with the Data Item Description (DID). The contractor shall also provide a test report in compliance with CDRL B002. The following provisions are incorporated by reference: 52.212-1, Instructions to Offerors_Commercial Items, the following instructions are added as an addendum to this clause: Submit offers in two separate volumes as follows: Volume I, Technical Proposal_Include all technical information required for evaluation, excluding any reference to cost/price. Divide the technical volume into the following areas, Technical Approach Area, Management Approach Area and Past Performance. Past Performance information shall include (1) recent and relevant contracts for the same or similar items and contract numbers, (2) points of contact with telephone numbers, and (3) other relevant information; Volume II, Price Proposal_Include total dollar value (delivered, duty paid). The Table of Contents shall provide enough detail to quickly locate key elements of the offer. Use tabs and dividers. Submit 1 original and 5 copies of each Volume using loose leaf binders and include the following basic information on the cover sheet: Title of Proposal, Volume, RFP number, and Offeror_s Name & Address. Page limitation: Volume I, 30 pages, Volume II, no limitation; 52.212-2, Evaluation_Commercial Items. The Government will award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Approach_(a) Optical Performance Factor; (b) Power Performance Factor, (c) Control System Performance Factor; (d) Service Life and Maintenance Performance Factor, and (e) Mechanical Performance Factor; Management Approach_(a) Corporate Experience Factor, (b) Quality Assurance Factor, and (c) Production Facilities Factor; Past Performance_(a) design & manufacture of marine aids to navigation lighting hardware or experience in LED technology and (b) experience on comparable projects within the past three (3) years; and Price; 52-212-3, Offeror Representations and Certifications_Commercial Items (must be submitted with offer) a copy of Certifications are available upon request and 52-212-4, Contract Terms and Conditions_Commercial Items and 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders_Commercial Items. The following FAR Clauses under paragraph (b) are applicable to this acquisition: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. Offers are due July 23, 1999, 3:00 p.m. to: Commandant (G-ACS-1A/FW), U.S. Coast Guard Headquarters, 2100 Second St, SW, Washington, DC 20593-0001, Attn: Faye Willis. For information regarding this solicitation, please call Faye Willis at (202) 267-6205 Posted 06/28/99 (D-SN347698). (0179)

Loren Data Corp. http://www.ld.com (SYN# 0315 19990630\62-0001.SOL)


62 - Lighting Fixtures and Lamps Index Page