Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 16, 2001 PSA #2830
SOLICITATIONS

68 -- DIVING GAS

Notice Date
April 13, 2001
Contracting Office
FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392
ZIP Code
23511-3392
Solicitation Number
n00189-01-Q-FP16
Response Due
April 24, 2001
Point of Contact
Ms. LaKeisha Hawkins, 757-443-1384, Mr. Hardy Aldridge, 757-443-1454
E-Mail Address
Click here to contact the Government point of contract (lakeisha_n_hawkins@nor.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 N00189-01-Q-FP16. This solicitation is issued as a request for quotation (RFQ). The Government intends to negotiate a Firm Fixed Price Purchase Order in accordance with FAR subpart 13.5 "Test Program for Certain Commercial Items" (CLINGER -- COHEN). The required Delivery Date for the resulting Purchase Order will be 25 May 2001 FOB Destination, Houma, LA. Delivery address is U.S. Navy Mobile Diving Salvage Unit # 2, C/O Mason Gulf, 392 Old Bayou Dularge Road, Houma, LA. The NAICS code is 325120. This combined synopsis/solicitation is for the procurement of Diving Gas as required by the Mobile Diving and Salvage Unit Two, Norfolk, Virginia. Line Item 0001- 14% O2 / 86 % Helium, Mixed Breathing Gas (Per 100 SCF) with a Quantity of 4,950 CF. Oxygen tested must be between 13 and 15% and cannot exceed 15% in accordance with U.S. Navy Diving Manual Revision 4, SS521-AG-PRO-101. Line Item 0002- 50% O2 / 50% Helium, Mixed Breathing Gas (Per 100 SCF) with a Quantity of 2,268 CF. Oxygen tested must be between 49-51% in accordance with U.S. Navy Diving Manual Revision 4, SS521-AG-PRO-101. For Line Items 0001 and 0002, analysis sheets/test reports must be attached as proof that gas has been tested. Line Item 0003- 100% O2, Mixed Breathing Gas (Per 100 SCF) with a Quantity of 729 CF. Line Item 0004- Rental for (1) 25-Cylinder Rack for 2 months. Cylinder Rack dimensions are as follows: 7 1/2' x 5' x 5 1/2' and approximately 5,500 lbs. Line Item 0005- Rental for (14) 8 Tube Modules for 2 months. 8 Tube Module dimensions are as follows: approximately 20' x 8' x 4' (max height 4 1/2) and approximately 23,000 lbs. The 8 Tube Modules must be stackable to 3 high due to storage constraints. Line Item 0006- Certificate of Conformance per Module/Skid/Rack. The Government intends to conduct this procurement in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The following FAR provisions and clauses apply to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with paragraph (b), clause 252.225-7001 checked; 252.204-7004, Required Central Contractor Registration; 252.225-7000, Buy American Act -- Balance of Payments Program Certificate; and 252.232-7009, Payment by Electronic Funds Transfer. Include completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; and DFARS 252.225-7000, Buy American Act -- Balance of Payments Program Certificate, with your proposal. Contractors are reminded to submit a proposal in accordance with FAR 52.212-1 Instructions to Offerors- Commercial Items. The full text of a clause may be accessed electronically at these Internet addresses: FAR Clauses HYPERLINK http://farsite.hill.af.mil/reghtml/far/52_toc.htm http://farsite.hill.af.mil/reghtml/far/52_toc.htm DFARS Clauses 252.201 to 252.214 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars52a.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_000.htm DFARS Clauses 252.215 to 252.219 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars52b.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_215.htm DFARS Clauses 252.220 to 252.226 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm DFARS Clauses 252.227 to 252.231 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm DFARS Clauses 252.232 to 252.236 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm DFARS Clauses 252.237 to 252.245 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm DFARS Clauses 252.246 to 252.251 -- HYPERLINK http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.htm http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.htm Offerors and contractors may obtain information on CCR registration and annual CCR confirmation requirements by calling 1-888-227-2423, or via Internet at http://ccr.edi.disa.mil. Interested parties shall provide their CAGE Code, business size, and Duns & Bradstreet identification number with their proposal. Quotes submitted shall be evaluated on a best value basis. Best value criteria includes price and past performance. The offeror should describe its past performance on up to three similar contracts it has held within the last two years which are of similar scope, magnitude and complexity to that which is detailed in the RFP or affirmatively state that it possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the RFP. The offeror should provide the following information regarding its past performance: 1. Contract number(s), 2. Name and phone number of a point of contact at the federal, state, local government or commercial entity for which the contract was performed, 3. Dollar value of the contract, 4. Detailed description of the work performed, 5. Names of subcontractor(s) used, if any and a description of the extent of work performed by the subcontractor(s), 6. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the corrective action. Please submit descriptions of all line items with your quote. At a minimum, descriptions shall address the salient characteristics of your product for each line item and any additional information required to enable a thorough evaluation of the items (based on the identified criteria). The deadline for receipt of quotes is 4:00 p.m. Eastern Time, 24 April 2001. All responsible sources may submit quotes by mail, e-mail, or fax for consideration. Award will be made to the responsible, responsive contractor whose quote demonstrates compliance with the requirements of this solicitation and all referenced clauses. The products will be evaluated on best value criteria based on the information submitted. Contractors shall include both unit price and total price for each line item with their quote and identify payment terms and any discounts offered. Total price shall include delivery to FOB Destination point. Points of contact for this acquisition are LaKeisha Hawkins and Randy Aldridge, who may be contacted by phone at (757) 443-1384 and (757) 443-1454 or by fax at (757) 443-1424. Mailing address for submission of quotes is FISC Norfolk, Acquisitions Department, Attn: Ms. LaKeisha Hawkins, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392. Potential Offerors are hereby notified that quotes may be submitted via e-mail to lakeisha_n_hawkins@nor.fisc.navy.mil. Please reference RFQ N00189-01-Q-FP16 on your proposal. This is a synopsis/solicitation in one; no solicitation will be used.
Record
Loren Data Corp. 20010416/68SOL001.HTM (W-102 SN50J0G1)

68 - Chemicals and Chemical Products Index  |  Issue Index |
Created on April 13, 2001 by Loren Data Corp. -- info@ld.com