COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2, 2001 PSA #2758
SOLICITATIONS
13 -- CUTTER, PYROTECHNIC
- Notice Date
- December 28, 2000
- Contracting Office
- Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
- ZIP Code
- 98314-0051
- Solicitation Number
- N00406-01-T-0176
- Response Due
- January 16, 2001
- Point of Contact
- Monique Klose (360)476-5651
- E-Mail Address
- Contract Specialist (monique_a_klose@puget.fisc.navy.mil)
- Description
- 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 solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N00406-01-T-0176 and will be a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. This procurement is a full and open competitive, unrestricted requirement. The applicable NAICS code is 333515 with a small business size standard of 500. The contract line items are: CLIN 0001, Cutter pyrotechnic, 2 X 2 inch window, body is manufactured of titanium,(does not include pyrotechnic power cartridges), quantity 2 each; CLIN 0002, Testing Services, quantity 1 each, testing and refurbishment of pyrotechnic cable cutter, to include one pyrotechnic power cartridge, cartridge will be consumed by testing process; CLIN 0003, Power Cartridge, quantity 4 each. Further description information: CLIN 0001, cutters must be capable of cleanly severing thick heavily insulated, sheathed, multi-strand electrical cable, co-axial cable, stranded steel wire cable, standard steel bolts or rods. Cutters to be ordnance actuated on command and must be capable of severing a minimum two-inch diameter bundle of cables while submerged to a minimum depth of 9,000 feet (4,000 psi hydrostatic pressure). Cutters shall be tested and qualified to (1) Humidity -- temperature and humidity cycling tests per MIL-STD-331 and (2) Vibration -- Shipboard vibration requirements of MIL-STD-331 and MIL-STD-167. Weight of cutter not-to-exceed 4.5 pounds. CLIN 0002, testing is required to ensure cutter will meet the requirements as outlined for CLIN 0001. Testing to be performed on a minimum 36 inch length, inch diameter 19 x 7 strand wire rope to be provided by the government. Testing will include purchase of one power cartridge which will be expended for the test. Written documentation of completed test is required. Upon completion of testing, vendor to refurbish test cutter to new condition in accordance with standard company procedures. Cutter and test documentation to be returned to the Government. CLIN 0003, power cartridges must be capable of withstanding all environments normally expected in deep submersible vehicles. Cartridges shall have been tested and proven in seawater environments to simulated depths of a minimum of 10,000 feet. Material Safety Data Sheet (MSDS) is required with CLIN 0003, DFAR clause 252.223-7001, applies to CLIN 0003. CLINS 0001 and 0002 to be FOB Destination to Puget Sound Naval Shipyard (Code 122.21), 1400 Farragut Avenue, Bremerton, Washington, 98314-5001. CLIN 0003 to be delivered FOB Destination to SPAWAR (Code D74J), SPAWARSYSCEN, 53560 Hull Street, San Diego, CA 92125. Required Delivery of all items 15 Feb 2001. Constructive Acceptance is 7 days. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2 Evaluation-Commercial Items, applies to this acquisition. The following evaluation factors per paragraph (a) of 52.212-2 shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance in accordance with procedures in 13.106 and RYG Program Evaluation applicable. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 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, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clause are applicable to this acquisition: 252.225-7036 Alt I, Buy American Act-NAFTA Implementation Act-Balance of Payments Program. Note 9 applies. Offers are due no later than Tuesday, 16 Jan 01, 3:00 P.M. (Pacific Time). Offers may be faxed, or e-mailed. Firms interested in submitting quotes must: (1) complete the pricing for all CLINs providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, (3) provide manufacturer information of proposed items and (4) ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.2000.com/). Address all information and inquiries to Monique Klose, FISC Puget Sound, Regional Contracting Department, Code 205.MK, 467 W Street, Bremerton, WA 98314-5100, monique_a_klose@puget.fisc.navy.mil, 360-476-5651, fax 360-476-6479.
- Web Link
- Business Opportunities (http://www.puget.fisc.navy.mil/Contracting/rfppage.htm)
- Record
- Loren Data Corp. 20010102/13SOL004.HTM (W-363 SN509845)
| 13 - Ammunition and Explosives Index
|
Issue Index |
Created on December 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|