Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,2000 PSA#2661

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

84 -- 84-CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA SOL DTCG23-00-R-DNQ293 DUE 091400 POC Scott Palmer, Contracting Officer, Phone (202) 267-2489, Fax (202) 267-4019, Email spalmer@comdt.uscg.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG23-00-R-DNQ293&LocID=14. E-MAIL: Scott Palmer, spalmer@comdt.uscg.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 with this notice. This commercial item acquisition is being conducted in accordance with subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-00-R-DNQ293 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This solicitation is a small business set-aside. The standard identification code is 2399 and the small business size standard is 500 employees. The Coast Guard will award a firm-fixed-price requirements type contract for the purchase of dry suits that are required for Coast Guard boat crewmembers assigned to multi-mission shore stations, Aids-To-Navigation Teams, and Coast Guard cutters. The dry suits shall possess the following characteristics: (a) The Coast Guard Boat Crewmember Dry Suit, here in after referred to as the suit, shall be a completely assembled, ready for use, commercial off the shelf, one piece garment that is completely waterproof and moisture vapor permeable. (b) Main entry closure that will completely seal from the intrusion of water and shall be of a design that allows the wearer to rapidly don the garment and to open and close the seal without assistance. (c) Male bladder relief closure that will completely seal from the intrusion of water and shall be of a design that allows the wearer to open and close the seal horizontally. (d) An optional feature that shall be available is a rear relief drop seat closure that will completely seal from the intrusion of water and shall be of a design that allows the wearer to open and close the seal without assistance. This feature will be ordered with the 0002 CLIN series. (e) Arm cuffs shall be constructed to protect the wrist seal by a gauntlet style fabric closure that closes around the wrist seal with a hook and pile fastener tape. (f) Incorporate black, 500 denier Cordura(R) nylon (or equivalent) outer shell fabric protection for high wear areas such as the elbows, inside of the arms from the wrist cuffs to mid biceps area, front half of the suit from just below the knee to the upper thigh area and the back half of the suit from the waist to the mid thigh area. (g) Incorporate a total of 62 square inches of Solas-grade retro-reflective tape that would be visible above the water_s surface from all directions while the wearer is floating upright with legs and torso submerged in chest deep water. (h) Incorporate a neck seal protective flap that is a fleece backed fabric that closes around the wearer's neck comfortably to protect from cold, wind, wind driven rain and sea spray. (i) Legs shall be constructed to blouse over 16-inch high boots and down to the ankle and incorporate a hook and pile fastener to close around the boot. (j) Be of a design that allows complete freedom of movement for the wearer throughout normal body movement. (k) Useable in air temperatures ranging from -30˚ F to 70˚ F. (l) Salient characteristics of wrist and neck seals include tear and ozone resistant, trimable seals, one size fits all design that fit comfortably and conform to the wearer's body to seal against intrusion of water. If latex rubber is used it shall be 37/1000ths of one inch thick +/- 1/1000th inch. (m) Available as small, medium, large, extra large and double extra large. Size ranges shall be from the 5th percentile female to the 95th percentile male and shall be adequate for most of the remaining 5 % at each extreme when worn over insulating undergarments up to 1/2 inch thick. (n) Incorporate an attached sock type foot design that is one size fits all or shall range in size to fit the 5th percentile female to the 95th percentile male and are adequate for most of the remaining 5 % at each extreme. (o). Be constructed using W. L. Gore and Associates WMIX169602D orange (Pantone (R) color 17-1558TP) laminated cloth or equivalent 6.5 oz./square yard nylon faced oleophobic expanded polytetrafluoroethylene knit backed fabric. For those areas of the suit that are heavily soiled during use, the front half of the suit from the lower chest area to the leg cuffs and the inside of the arms from the wrist cuff to the mid biceps area, shall be constructed using W. L. Gore and Associates WMIX120602D black laminated cloth or equivalent 6.5 oz./square yard nylon faced oleophobic expanded polytetrafluoroethylene knit backed fabric. Offerors shall provide prices for the following contract line item numbers: 0001 (Dry Suit), Qty. of 1; 0002 (Dry Suit with drop seat), Qty. of 1; 1001 (Dry Suit), Qty. of 1; 1002 (Dry Suit with drop seat), Qty. of 1; 2001 (Dry Suit), Qty. of 1; 2002 (Dry Suit with drop seat), Qty. of 1; 3001 (Dry Suit), Qty. of 1; 3002 (Dry Suit with drop seat), Qty. of 1; 4001 (Dry Suit), Qty. of 1; 4002 (Dry Suit with drop seat), Qty. of 1; 5001 (Dry Suit), Qty. of 1; 5002 (Dry Suit with drop seat), Qty. of 1. The estimated annual minimum is 90 Dry Suits and 10 Dry Suits with drop seat, but see FAR 52.216-21. The estimated annual maximum is 500 Dry Suits and 60 Dry Suits with drop seat. Prices for 0001 and 0002 will be used for orders placed from contract award through 9/30/00 (Base Period). Prices for 1001 and 1002 will be used for orders placed from 10/1/00 through 9/30/01 (Option Period 1). Prices for 2001 and 2002 will be used for orders placed from 10/1/01 through 9/30/02 (Option Period 2). Prices for 3001 and 3002 will be used for orders placed from 10/1/02 through 9/30/03 (Option Period 3). Prices for 4001 and 4002 will be used for orders placed from 10/1/03 through 9/30/04 (Option Period 4). Prices for 5001 and 5002 will be used for orders placed from 10/1/04 through the date five years from contract award (Option Period 5). The Government requires delivery of the dry suits no later than 30 days after receipt of a delivery order. In the event that a period of more than 60 days elapses between final delivery under an order and placement of a new order, dry suits shall be delivered no later than 60 days after receipt of a delivery order. Dry Suits shall be delivered to various multi-mission shore stations, Aids-To-Navigation Teams, and cutters mentioned above. Interested parties may obtain a comprehensive list of anticipated delivery destinations by faxing a request to (202) 267-4019, ATTN: Scott Palmer, or may e-mail a request to spalmer@comdt.uscg.mil. Inspection shall be in accordance with FAR 52.247-34 -- F.O.B. Destination. Packing and packaging shall be in accordance with commercial practice to assure delivery at destination. Provision 52.212-1, Instructions to Offerors _ Commercial, applies to this acquisition. Offerors shall read and follow the directions given in provision 52.212-1, particularly the submission of past performance information pursuant to 52.212-1(b)(10). Offerors shall also submit warranty information. Moreover, offerors must submit written certification to prove their suits will include the Gore and denier Cordura(R) materials. Offerors shall submit a sample dry suit that meets all listed requirements, including item (d) above, for evaluation. Suits will be evaluated for compliance with stated requirements. Sample suits may be any size referenced in paragraph (m) above. Offerors shall also include one square yard of the black or orange fabric with which the dry suits will be made. Suit and fabric samples will be returned following contract award. The Government will award a contract to the responsible offeror whose offer, conforming to the solicitation requirements is most advantageous to the Coast Guard. The Coast Guard will evaluate offers based on: 1) technical capability of the item to meet government requirements; 2) price; and 3) past performance. Total evaluated price will be calculated by multiplying unit prices by the maximum annual quantities and summing the products. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. 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. Offerors shall include a completed copy of provision 52.212-3, Offeror Representations and Certification -- Commercial Items Alt I, with their proposal. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference into the solicitation. The following clauses are incorporated by reference as addenda to 52.212-4: 52.216-18 (insert _date of contract award through contract expiration_); 52.216-19 (insert _one unit, 300 units, 300 units, 10 days, 10 days_); 52.216-21 (insert _60 days after contract expiration._) 52.217-7 (delete _within_ and insert _prior to contract expiration_ in the clause_s second sentence, insert _30_ in the second blank, insert _5 years_ in the third blank); 52.217-9 (delete _within_ and insert _prior to contract expiration_ in the clause_s first sentence); Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders _ Commercial Items, is incorporated by reference into this solicitation. In addition, the following FAR clauses cited in 52.212-5(b) are applicable to this contract: 1;5;11;12;13;14;15;17;22. There are no addenda to any of the above clauses or provisions. Proposals are due no later than 2:00 p.m. on 14 September 2000 in Room 5218 at the address listed above. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation.Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contract the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-000l/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. For Minority, Women Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged enterprises to acquire short term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Direct inquires to the contact listed above. Posted 08/08/00 (D-SN483642). (0221)

Loren Data Corp. http://www.ld.com (SYN# 0301 20000810\84-0002.SOL)

84 - Clothing, Individual Equipment and Insignia Index  |  Issue Index |


Created on August 8, 2000 by Loren Data Corp. -- info@ld.com