Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664

Department of the Treasury, U. S. Secret Service, Procurement Division, 950 H Street, N. W., Suite 6700, Washington, DC 20373-5802

69 -- TARGET BACKING CURTAINS FOR OUTDOOR RANGES SOL RFQ00Q0078 DUE 082100 POC Kelly Curtin, Contract Specialist; telephone: 202/406-6940; facsimile: 202/406-6801. 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 in this notice. This announcement constitutes the only Request for Quotations; offers are being requested and a written solicitation will not be issued. Solicitation number RFQ00Q078 is issued as a Request for Quotation through Federal Acquisition Circular 97-19. This is a 100% small business set-aside. The SIC code is 3949 and the small business size standard is 500. The United States Secret Service ("USSS") has a requirement for the purchase and installation of new primary target backing curtains and intermediate sections for an outdoor pistol range and an outdoor rifle range located at the James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD 20708. The requirement is as follows: Line Item 0001: Furnish and install a quantity of thirty-two (32) primary target backing curtains, four feet (4') wide by ten feet (10') long, for the outdoor pistol range; Line Item 0002: Furnish and install a quantity of twenty-eight (28) intermediate target backing curtains, thirty inches (30") wide by ten feet (10') long, for the outdoor pistol range; Line Item 0003: Furnish and install a quantity of twelve (12) primary target backing curtains, four feet (4') wide by seven feet (7') long, for the outdoor rifle range; Line Item 0004: Furnish and install a quantity of eleven (11) intermediate target backing curtains, thirty inches (30") wide by seven feet (7') long, for the outdoor rifle range; and Line Item 0005: Remove existing curtains and transport same to storage area at a location on site, as directed by the Contracting Officer's Technical Representative ("COTR"). Line Items 0001 through 0004 shall comply with the following requirements: 1) Target backing curtain material shall be self-sealing and shall be 95% pure natural rubber manufactured from fresh field latex using a liquid phase compounding procedure. 2) This material shall have thefollowing mean physical properties: 38 IRHD durometer per ISO 48-1979, 3,850 psi tensile strength per ISO 37-1977, 810% elongation at break per ISO 37-1977, 7% tension set per ISO 2285-1981, 250 Lb SF/in tear strength per ISO 34-1979 Method C, 83% resilience per BS.903, Part A8, 0.97 specific gravity. 3) Contractor shall provide new metal hangers and straps to hang the new curtains. 4) All primary and intermediate curtains shall have a woven fabric reinforced backing applied in the area of the new hanger straps. 5) After installation, contractor shall clean, SST prep, and spray curtains on the front side with an ultra-violet light protective coating. 6) Contractor is responsible for transportation of new curtains to the site and complete installation of new curtains. Line Items 0001 through 0005 shall be scheduled for performance on a weekend or at a time other than normal duty hours, as directed by the COTR. Contractor personnel proposed to work under this contract shall be subjected to and must successfully pass police background investigations prior to being admitted to the James J. Rowley Training Center. Upon contract award, the contractor will be provided with U.S. Secret Service contractor personnel access forms. Within five (5) business days of contract award, the contractor shall submit these completed personnel access forms to the COTR. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-1 (Addendum): Paragraph (b)(10) is deleted; please insert the following: "For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar products/services. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than three years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral." 52.212-2, Evaluation -- Commercial Items; 52.212-2 (Addendum): Paragraph (a) is deleted in its entirety and replaced with: "The Government intends to award a firm fixed price purchase order to the responsible offeror with acceptable past performance whose quotation is lowest in price and conforms to the specification as provided herein." 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program -- Supplies; 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program; 52.225-3, Alternate I; 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. The Contractor shall deliver the complete quantity, FOB Destination, within forty-five (45) days of award. Services/supplies to be delivered to: U.S. Secret Service -- James J. Rowley Training Center, 9200 Powder Mill Road, Laurel, MD 20708. A completed copy of the Request For Quotation -- Representations and Certifications shall be included with offeror's quotation. A copy of the Representations and Certifications is available via the world wide web at: http://www.treas.gov/usss/proc/rfqcerts.htm.. Please note: All responsible offerors may fax quotations to (202) 406-6801, Attn: Kelly Curtin; to be received no later than 2:00 P.M.(EST), Monday, August 21, 2000. Quotations may be forwarded by mail to U.S. Secret Service, Procurement Division, Attn: Kelly Curtin, 950 H Street, NW, Suite 6700, Washington, DC 20373-5802. Please note: Award is anticipated within five (5) days of receipt of quotations. Posted 08/11/00 (W-SN485140). (0224)

Loren Data Corp. http://www.ld.com (SYN# 0326 20000815\69-0001.SOL)

69 - Training Aids and Devices Index  |  Issue Index |


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com