Loren Data Corp.

'

  
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