|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1997 PSA#1859Fleet and Industrial Supply Center, Norfolk Washington Detachment 901
M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC
203 38 -- CABLE RESPOOLER, TRAILER MOUNTED, SELF-MANEUVERABLE, GAS ENGINE
POWERED SOL N00600-97-R-2762 DUE 062597 POC Jeannie Coratolo, (202)
433-3602 (I) This is a combined synopsis/solicitation for commercial
items prepared in accordance with the Format in FAR Subpart 12.6,
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. (II) This
solicitation number N00600-97-R-2762 is issued as a request for
proposal (RFP). (III) The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 46. (IV) FAR 52.219-6, Notice of total Small Business
Set-Aside" is hereby incorporated by reference. The standard industrial
classification code is 3531 and the small business size standard is
750. A list of contract line item number(s) and Items are: CLIN 0001,
CABLE RESPOOLER (VI) Description of requirements for the items to be
acquired: The Fleet Industrial Supply Center Detachment Washington
intends to procure a trailer mounted, self-maneuverable, gasoline
engine powered, cable respooler. The equipment, new and unused, shall
be a manufacturer's current production model and shall be one of the
following or equal: (a) Manufacturer: Hogg & Davis, Model: HP6500; (b)
Manufacturer: TSE International, Model: PU 200/108-58SL. The supplies
provided for CLIN 0001 must meet the following minimum salient
characteristics: (1) Reel Capacity -- diameter 108 inches, width 58
inches, weight 12,000 pounds. (2) Performance -- hydraulic motor drive,
20,000 pounds linepull capacity at reel, linespeed 40 ft/minute to 170
ft/minute. (3) Trailer drive -- unit shall be self propelled to allow
for on-site maneuvering. (4) Reel Drive -- Air or water cooled
gasoline engine with 12 volt negative ground, keyed ignition. (5)
Trailer and undercarriage -- 20,000 GAWR capacity, electric brakes,
rear stabilizers/outriggers, steel frame, highway lighting. Delivery is
to be made FOB Destination to: PWC Receiving Yard (N63387), Bldg. 3519
Naval Station, Eight St. and Harbor Drive, National City, CA 91950.
Item 0001, M/F: North Island Project 3007. Time of Delivery: Not before
26 December 1997. Not After 1 May 1998. Acceptance shall be made at
destination. (VIII) FAR 52.212-1, Instructions to Offerors-Commercial
Items, is incorporated by reference and applies to this acquisition.
FAR 52.212-2, Evaluation -- Commercial Items, is incorporated by
reference and applies to this acquisition. Paragraph (a) of FAR
52.212-2 carries the following addendum: The following factors shall be
used to evaluate offers: technical capability and price. Technical
capability is approximately equal to price. Offerors shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with its proposal.
(IX) FAR 52.212-4, "Contract Terms and Conditions-Commercial Item" is
incorporated by reference and applies to this acquisition and resulting
contract. The following terms and conditions are added as an addendum
to this clause: Type of Contract: The resulting contract will be firm
fixed price. FAR 52.232-18 Electronic Funds Transfer Payment (APR
1984). FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial Items is incorporated
by reference, however for paragraphs (b) and (c) only the following
provisions apply to this acquisition: FAR 52.203-6 Restrictions on
Subcontractor Sales to the government, with Alternate I. FAR 52.203-10
Price or Fee Adjustment for Illegal or Improper Activity. FAR 52.219-8
Utilization of Small, Small Disadvantaged and Women Owned Small
Business Concerns. FAR 52.219-14 Limitation on Subcontracting. FAR
52.222-26 Equal Opportunity. FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans. FAR 52.222-37 Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era.
FAR 52.225-3 Buy American Act-Supplies. FAR 52. (XIII) Additional
Contract Requirements: Offerors proposing an item "equal" to that
equipment specified under "Salient Characteristics" of paragraph (VI),
shall identify such equipment by brand name and make and model number.
Further, offerors proposing an "equal" shall provide, in duplicate,
descriptive literature to substantiate that the items offered is a
current production model in accordance with paragraph (VI) of the
specifications. The literature, written in the English language, shall
provide details of the product offered pertinent to the design,
construction, operation, materials, components, capacities and
performance characteristics, and accessories. The literature must
substantiate that the equipment has been designed, engineered, and sold
or has been offered for sale prior to and on the date of this
solicitation. The only literature which will be considered for this
purpose includes manufacturer's published brochures, manufacturer's "as
built" engineering drawings and associated parts lists (detail,
assembly, control, installation, diagrammatic, as appropriate), and
manufacturer's published technical manuals. The literature furnished
shall not be altered in any way. Data displaying more than one model or
size shall be clearly marked so as to indicate the specific item being
offered. Offerors shall state any "exceptions" to the Government's
requirements on a separate sheet of paper by citing the requirement and
explaining precisely how the offered equipment differs from the
requirement. Failure to comply with these instructions will result in
rejection of an offer. In addition, the following is incorporated into
this solicitation as part of the requirements/instructions inclusive
of CLIN 0001: (1) USE OF MERCURY: The equipment shall not contain
mercury or mercury compounds, nor shall it be exposed to free mercury
during manufacture; (2) TECHNICAL DATA: Two copies of the
manufacturer's standard commercial technical manuals, written in the
English Language, shall be furnished. One shall be and placed in a
waterproof envelope marked "TECHNICAL MANUALS" securely attached to and
shipped with the equipment. (3) QUALITY ASSURANCE AT ORIGIN:
Procurement Quality Assurance at Origin shall consist of examination
of: a. Type and kind; b. Quantity; c. Condition; d. Operability, if
readily determinable; and e. Preservation, packaging, packing and
marking, if applicable. Procurement Quality Assurance shall be
performed by the designated Contract Administration Office. (4)
ACCEPTANCE AT DESTINATION: Final acceptance of the supplies shall be
effected by Receiving Officer contingent upon the results of
Procurement Quality Assurance at Origin. (5) PACKAGING: The supplies
hall be prepared for shipment in accordance with the commercial
practice suitable to reach the ultimate destination undamaged. The use
of shredded paper, whether newspaper, office scrap, computer sheets,
or wax paper, in packing materials for shipment to Navy activities, is
prohibited. Shipments shall be marked in accordance with MIL-STD-129.
Bar Coding is not required. Marking shall further indicate "NOT FOR
OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking
is prohibited. (6) SHIPPING DATA: Estimated Shipping size: 6500 pounds.
Estimated Shipping Weight: 945 Cubic Feet. (7) WARRANTY: The
manufacturer's best standard commercial warranty shall apply. (8)
INVOICING: One copy of DD-Form 250 or the Contractor's shipping
document shall be sent to: NORFOLK NAVAL SHIPYARD DETACHMENT (PLANT
EQUIPMENT SUPPORT OFFICE) United States Naval Acadamy, 234 Halligan
Road., 2nd Floor, Annapolis, MD 21402-5074. (XIV) SEE Note 1. (XV)
Proposals are due on Friday, June 25, 1997 at 2:00 Eastern Time at the
FISC Norfolk, Detachment Washington Customer Service Center, 901 M
Street SE, Washington Navy Yard, Bldg. 200, 4th Floor, Washington, DC
20374-5014. (XVI) Offerors must acquaint themselves with the new
regulations concerning Commercial Item acquisitions contained at FAR
subpart 12 and must ensure that all Representations and Certifications
are executed and returned as called for in this synopsis/solicitation.
For questions regarding this specific acquisition, contact Jeannie
Coratolo (202) 433-3602 (e-mail "jeannie_coratolo@fmso.navy.mil") or
Andrew Mummert, Contracting Officer, at (202) 433-5055. (0153) Loren Data Corp. http://www.ld.com (SYN# 0184 19970604\38-0001.SOL)
38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index Page
|
|