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