COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road, San
Diego, CA 92106-3521 J -- USNS MERCY (T-AH 19) HVAC SYSTEM IN BLOOD BANK AND BLOOD STAT
LAB. THIS SOLICITATION IS RELATED TO RFP N31980-00-R-4235 (TO BE ISSUED
SEPERATELY) SOL N31980-00-R-4254 DUE 081600 POC Rick Bauer at FAX
619-553-7774 or by e-mail at Rick.Bauer@mscwest.msc.navy.mil WEB:
SOLICITATION TEXT APPEARS WITHIN CBD ANNOUNCEMENT, WWW.NECO.NAVY.MIL.
E-MAIL: CLICK HERE TO CONTACT CONTRACT SPECIALIST,
RICK.BAUER@MSCWEST.MSC.NAVY.MIL. I. FIRM FIXED PRICE PROPOSAL (See Para
VI.2. for offer due date): CLIN 0001 All Labor and material to
accomplish design work $ _________________________ CLIN 0002 All labor
and material to accomplish Installation work $
_________________________ II. STATEMENT OF WORK (SOW): Provide a
qualified marine HVAC contractor to carry out the following work in the
Blood Bank and Blood Stat lab area (1-52-2-L and 1-51-0-L) aboard USNS
MERCY (T-AH-19). A. Design a new HVAC system for the Blood Bank,
1-52-2 and Blood Gas Reception, 1-51-0 spaces on USNS MERCY using
reference described below. System shall be independent of the ship's
normal ventilation and be capable of maintaining the blood bank / blood
gas lab area temperature at or below 72 degrees (F) with all equipment
in normal operation and ship's ventilation secured. B. Provide a
Heating and Cooling Design and Load Calculation for the Blood Bank,
1-52-2 and Blood Gas Reception, 1-51-0 spaces on USNS MERCY to meet the
above requirements. The development of the design and load calculations
shall be in accordance with USCG and ABS regulations and shall account
for the additional heat load from the new refrigerators and freezers
to be installed at a later date. C. Prepare installation quality
working drawings to accomplish all work required. Drawings as a minimum
shall include: (1) HVAC System Modifications, Arrangements and Details,
(2) HVAC Material and Equipment Lists, (3) HVAC Diagram, (4) HVAC
Electrical Connection Schematics, (5) Load Calculations for the HVAC
Modification, (6) Copies of all applicable technical manuals for
equipment provided. D. After plan and drawing approval by MSCREP,
provide all labor and materials to carry out the overhaul of the HVAC
system in the Blood Bank, 1-52-2 and Blood Gas Reception, 1-51-0 spaces
on USNS MERCY. E. Guidance Drawings: Offerors must obtain CD Rom
package of guidance drawings from the Contract Specialist listed in
Paragraph VI.c. Requests for Guidance drawings must be submitted in
writing via fax or e-mail.III. TIME OF DELIVERY: Services to be
furnished hereunder shall begin no later than 29 September 2000, and
end no later than 31 October 2000. IV. PLACE OF PERFORMANCE: Services
will be performed onboard vessel, which is currently moored at Pier One
on the 32nd Street Naval Station, San Diego California. V. CONTRACT
CLAUSES INCORPORATED BY REFERENCE: The following contract clauses
pertinent to this section are hereby incorporated by reference: (a) FAR
52.212-1, Instructions to Offerors (NOV 1999), (b) FAR 52.212-4,
Contract Terms and Conditions (MAY 1999), (c) FAR 52.242-15, Stop Work
Order (AUG 1989), (d) FAR 52.242-17, Government Delay of Work (APR
1984), (e) FAR 52.247-34, F.O.B. Destination (JAN 1991), (f) FAR
52.212-3, Offeror Representations and Certifications (FEB 2000), (g)
FAR 52.212-5, Contract Terms And Conditions Required To Implement
Statutes or Executive Orders (FEB 2000), including 52.222-21,
52.222-26, 52.222-35, 52.222-37 and 52.232-33. VI. REQUIREMENTS FOR
SUBMISSION OF PROPOSALS (MSCSD) (JUL 1999) (a) General: Offerors shall
submit via electronic media, four (4) copies of the technical
proposal, and one (1) copy of the price / business proposal. The
acceptable format for proposals include Word 6.0/95, Word 7.0/97, Excel
5.0/97 or Adobe Acrobat 3.0 Win (.pdf). Offerors shall ensure that
proposal disk's are virus free, and free of password protection. If
access to proposal data is prohibited due to viruses, passwords, wrong
format, the offer will be considered unacceptable. (b) Proposal
Content: Para VIII of the solicitation outlines the evaluation factors.
The proposals shall be separated into two (2) volumes as specified
below. 1. Volume I -- Technical Proposal. Submit technical proposal in
accordance with Para VIII criteria. Offerors may submit supplemental
materials demonstrating offeror's technical capabilities. However, such
materials shall be submitted in the same electronic format, and are
considered part of the technical proposal. Offerors shall ensure that
the technical proposal, inclusive of the supplemental material, does
not exceed ten (10) pages (8 " x 11"). 2. Volume II -- Business/Price
Proposal. Para I of the solicitation requires a Firm Fixed Price for
the accomplishment of the entire job (i.e., inclusive of all
anticipated labor and material expenditures). FAR 52.212-3
REPRESENTATIONS AND CERTIFICATIONS shall be completed and included as
part of the business proposal. (c ) Administrative: All questions
concerning the solicitation shall be address to the Contract Specialist
identified below by e-mail as follows: Rick.Bauer@mscwest.msc.navy.mil
(d) Offerors shall submit four (4) copies of their technical proposals
(separate disks) and one (1) copy of business/price proposal (separate
disks) on either CD-ROM disk or 3 inch floppy disk to the following
address: Military Sealift Command, Pacific, 140 Sylvester Road, Bldg
139, San Diego, CA 92106-3521, Attn: Mr. Rick Bauer. 3. The date and
time for receipt of proposals is 1300 hours (local time), Wednesday, 16
August 2000. 4. Paper, fax and e-mail proposals will not be accepted.
VII. FAR 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as
defined in section 33.101 of the Federal Acquisition Regulation, that
are filed directly with an agency, and copies of any protests that are
filed with the General Accounting Office (GAO), shall be served on the
Contracting Officer (addressed as follows) by obtaining written and
dated acknowledgment of receipt from: Contracting Officer, Military
Sealift Command, Pacific, Bldg 139, Code N10W, San Diego, CA
92106-3521, Attn: Mr. Robert B. Link. (b) The copy of any protest shall
be received in the office designated above within one day of filing a
protest with the GAO. VIII. SOURCE SELECTION TECHNICAL EVALUATION
CRITERIA (a) The technical proposals submitted by offerors will be
evaluated to determine the offeror's ability to satisfactorily perform
the requirements of this solicitation. Price should not be discussed
in the offeror's technical proposal. (b) Technical proposals will be
evaluated separately from the price proposals. (c ) Technical proposal
shall describe how the offeror plans to meet the requirements of the
Statement of Work (SOW), in general, if awarded the contract. The
offeror, shall address each of the two (2) Categories outlined below.
Omissions and / or inaccurate or inadequate responses additionally will
have a negative effect on the overall evaluation and technical proposal
rating. CATEGORY A: PAST PERFORMANCE A.1 Knowledge of Customer
Requirements and Expectations: Describe the company's management of its
relationships with customers, both Government and commercial, to
include conforming to specifications and standards of good workmanship,
continuous improvement of processes and/or plant facilities and
resulting product quality improvement. A.2 Schedule Adherence
(including Administrative Aspects of Performance): Describe the
company's management methodology and process to assure; schedule
adherence, timely contract data requirement delivery, responsiveness to
contractchanges, customer communications and contract completion from
the production and administrative perspectives. Describe data
collection techniques for identification of improvements in schedule
adherence. A.3 Reasonable and Cooperative Behavior: Describe the
company's mechanisms for handling customer complaints, their resolution
and utilization of this information for continuous quality improvement.
Describe the mechanisms for problem solving and cooperative resolution
of; unforeseeable impediments or obstacles to performance, impact due
to significant emergent work requirements (collision or fire damage,
etc..) after contract start, contract performance period changes,
customer initiated problem(s) requiring solutions, etc.... Discuss (a)
cooperative problem resolution and (b) demonstrate reasonableness of
contract change estimates submitted for negotiations. A.4 Commitment to
Customer Satisfaction and Business-like Concern for Customer's
Interests: Describe the company's senior level leadership and
activeinvolvement and personal participation in developing and
maintaining a philosophy of customer satisfaction and continued process
improvement in the delivery of a quality product and or service; to
include vision of Chief Executive Officer and his/her concern for
customer satisfaction as a paramount corporate objective. Describe
senior level management's active leadership involvement in assuring a
business like concern for customer's interests. A.5. Provide Examples:
Provide at least two examples for each paragraph listed above.
CATEGORY B: EXPERIENCE Discuss relevant experiences of a prime
contractor in the overhaul, repair, and alteration of the last four
Government (Navy, MSC, Coast Guard, MARAD) and / or commercial ship
repair contracts over $50,000, or relevant HVAC contracts. IX. FAR
52.212-2 EVALUATION -- COMMERCIAL ITEMS (JAN 1999) (a) EVALUATION
FACTORS FOR AWARD: Award will be made to the responsible offeror whose
proposal, conforming to the solicitation, is determined to be the best
value tothe Government, technical, performance risk, price and other
factors considered. The proposal will be evaluated in accordance with
the criteria set forth below and as defined in the Source Selection
Technical Evaluation Criteria. The following technical evaluation
factors shall be used to evaluate offers and are listed in descending
order of importance. (a) Category A: Past Performance, (b) Ability to
Perform the SOW, and (c) Category B: Experience. All evaluation factors
other than cost or price when combined, are approximately equal to
price. (b) NOTICE OF AWARD: A written notice of award or 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. X. OSHA REGULATIONS Attention of the contractor is directed to
the Occupational Safety and Health Act and to the regulations of the
Occupational Safety and Health Administration (OSHA) in as much as they
apply to all ship repair and related work. Nothing in the resultant
contract shall be construed as relieving the contractor from any
obligations which it may have for compliance with the aforesaid law and
regulations. XI. SPECIFICATION CLARIFICATION Offerors may request
clarification of any work item specifi-cation or contract term. No
verbal requests for information will be accepted by the Contracting
Officer or his technical representative. Offeror's questions must be
submitted to the Contracting Officer in writing. XII. INSPECTION OF
VESSEL / PREPROPOSAL CONFERENCE The USNS MERCY (T-AH-19) be available
for inspection by offerors at Pier One, 32nd Street Naval Station, San
Diego, California, on Monday, August 14, 2000. A preproposal
conference is not scheduled. Inspection of the vessel isnot mandatory,
and will be at the offeror's expense. All offerors who plan to inspect
the vessel must be registered with the Contracting Officer prior to
1600 hours local time, Friday, 11 August 2000. A listing of personnel
attending must be faxed to 619-553-7774 (Attn: Mr. Rick Bauer). The
list must include the person's name, social security number, date and
place of birth, and any security clearances Posted 08/02/00
(W-SN481281). (0215) Loren Data Corp. http://www.ld.com (SYN# 0088 20000804\J-0023.SOL)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|