Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,2000 PSA#2667

Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D, 806 13th Street, Vandenberg AFB, CA, 93437-5226

S -- HIGH POWERED LIGHTING OF LAUNCH VEHICLE SOL F04684-00-QB679 DUE 083100 POC Roberta Halls, Contracting Officer, Phone (805)605-0488, Fax (805) 922-1703, Email Roberta.Halls@vandenberg.af.mil -- Pat Ryun, Contracting Officer, Phone COMM 805.606.6966, Fax COMM 805.922.1703, Email WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F04684-00-QB679&LocID=528. E-MAIL: Roberta Halls, Roberta.Halls@vandenberg.af.mil. The 30th Space Wing, Vandenberg AFB, CA, is soliciting offers for high powered lighting in support of an upcoming launch. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes as the only solicitation; proposals are now being requested and a written solicitation other than this notice will not be issued. The solicitation number is F04684-00-QB679, issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAR Circular 97-18. This is being issued as full and open competition. The contractor shall provide all management, tools, equipment and labor necessary to supply high power lighting services in a manner that will meet minimum specified requirements. Lighting is required to illuminate the entire outside surface of the Launch Vehicle 360 degrees to 400-foot candles minimum, for a minimum period of four consecutive hours. Contractor will need to setup five days prior to scheduled launch and conduct a test of lighting system. The test will be used to verify remote operability and to focus lights. Tests need to be conducted on a noninterference basis to launch pad activities. The contractor will have three locations to position their lights/equipment, as indicated below. SLC-4 West: Titan II, 130 feet tall and 10 feet in diameter: 1st location is approximately 660 feet from launch vehicle 2nd location is approximately 800 feet from launch vehicle 3rd location is approximately 1300 feet from launch vehicle The Government will determine final lighting positions. Generators that operate the equipment will need to operate continuously for a minimum of 4 hours; there is no commercial power available and contractors are required to supply all fuel. Contractor will need to provide statewide portable equipment registration certificates to the Government for all generators brought to Vandenberg AFB.Generator run times and fuel usage need to be reported to Government personnel after every use. The launch may or may not go as scheduled. The contractor shall be available to operate equipment until a successful launch; this could be from 24 hours to several weeks. Equipment can be stored on site in between launch attempts, but the equipment needs to be moved to a lay down area outside of SLC-4 fence. The Government is not responsible for rodent or weather damage. Using a remote transmitter, lights need to be turned on and off remotely from 4 miles away at a fallback area. Due to hilly terrain, a repeater may also be required. The frequency used for the remote transmitter equipment will need to be approved by the Government prior to use. A frequency of 2.4 GHz has worked in the past. Offerers shall submit the following information with their proposal: 1. The quantity and model number of lights that are going to be used at each location. 2. The data/specification sheets that show the Beam Spread, Beam Lumensand Avg. Candle Power setting. 3. The number, size, location, make and model number of the Generators that will be used. 4. The quantity, location, manufacturer and model numbers of the antennas, transmitters and receivers. 5. The labor required for set-up, tear-down, test operation and day of launch operation. 6. A rough schedule showing set-up, test run, day of launch and tear-down plans for the lights. The contractor shall be available to perform the services 5 hours before specified launch window and remain for duration of launch window or until launch occurs, whichever happens first. Launch windows may vary from several minutes to several hours. The contractor needs to be on the Entry Authorization Listing to access South Vandenberg AFB, and must be escorted while on the space launch complex. The estimated launch date is 14 Sep 00. If the contractor is notified of a delay prior to the required five day set-up & testing period no additional costs will be incurred. There will be one basic line item, with two optional line items for delays that may occur while the contractor is on site. The first line item will encompass all costs for set-up, testing, and lighting for the launch as outlined above. The second line item will be an optional line item which will cover delays from one (1) day to one (1) week when the contractor is notified of the delay while on site. This line item will be priced on a daily basis. The third line item will be an optional line item which will cover delays over one (1) week. This line item will be priced on a weekly basis. There is only one launch window per each 24 hours. If the launch is delayed, personnel will not be required to remain on-site. The contractor may, at his discretion, remove equipment from the launch site. However, the contractor would be required to re-focus and retest the equipment if it is removed from the site. A site visit is scheduled for 28 Aug 00 at 1400 hours. Those wishing to attend must contact Roberta Halls (805-605-0488) at least two days prior to the scheduled site visit. Quotations must be submitted only by written responses due 31 Aug 00. Faxed responses can be sent to 805-606-5867 or 805-922-1703. Letter responses can be mailed to 30 CONS/LGCB; Attn: Roberta Halls; 806 13th Street Suite 2; Vandenberg AFB, CA 93437-5226. All responses shall clearly state the solicitation number F04684-00-QB679. Oral responses are not acceptable. Each offeror shall sign their quote (an original signature will be required). Quote validity is for at least 60 days from the date of the quote. This service is being procured under, and will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial and 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; FAR 52.217-5 Evalution of Options; FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item; FAR 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33; Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965, as Amended, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; DFARS 252.204-7004, Required Central Contractor Registration; FAR 52.247-34, F.O.B. Destination-No shipment involved, work to be accomplished at destination. Posted 08/16/00 (D-SN486961). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0122 20000818\S-0010.SOL)

S - Utilities and Housekeeping Services Index  |  Issue Index |


Created on August 16, 2000 by Loren Data Corp. -- info@ld.com