Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022

Department of the Treasury, U. S. Secret Service, Procurement Division, 1310 L Street, N. W., Suite 730, Washington, DC 20223

69 -- TARGET BACKING CURTAINS FOR OUTDOOR PISTOL AND RIFLE RANGES SOL RFQ NO. 98-Q-12 DUE 021398 POC Renea Morton, 202/435-6940 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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. RFQ No. 98-Q-12 applies to this requirement and is being issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through FAC 97-02. The associated SIC Code is 3949 and the small business standard is 500 employees. The U. S. Secret Service 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, R-2, Laurel, MD 20708. OUTDOOR PISTOL RANGE: 32 primary target backing curtains, four (4) feet wide by ten (10) feet long; 28 intermediate target backing curtains, thirty (30) feet by ten (10) feet long. OUTDOOR RIFLE RANGE: 12 primary target backing curtains, four (4) feet wide by seven (7) feet long; 11 intermediate target backing curtains, two-and-a-half (2 1/2) feet wide by seven (7) feet long. Target backing curtain material shall be made of self-sealing target backing material and shall be a 1/4 inch thick, 95% pure natural rubber manufactured from fresh field latex using a liquid phase compounding procedure. Target backing material shall also have all of the following physical properties: (1) 38 IRHD durometer per ISO 48-1979, (2) 3,850 psi tensile strength per ISO 37-1977, (3) 810% elongation at break per ISO 37-1977, (4) 7% tension set per ISO 2285-1981, (5) 250 lbsf/in tear strength per ISO 34-1979 method C, (6) 83% resilience per BS.903: part A-8, and 0.97 specific gravity. Contractor shall provide new metal hangers and straps to hang the new curtains. All primary and intermediate curtains shall have a woven fabric reinforced backing applied to the area of the new hanger straps. After installation, contractor shall clean, SST prep, and spray curtains on the front side with a ultra-violet light protective coating. Contractor is responsible for the removal of the existing curtains. Contractor is responsible for cleanup and disposal of existing curtains into facility dumpsters. Contractor personnel proposed to work under this contract shall be subjected to and 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 receipt of the forms, the contractor shall submit the completed personnel access forms to the Contracting Officer's Technical Representative (to be identified at time of award). Delivery and installation is F.O.B. Destination within 45 days after receipt of contract award document. Delivery and acceptance isrequired at U. S. Secret Service, James J. Rowley Training Center, 9200 Powder Mill Road, R-2, Laurel, MD 20708 Offers must be typewritten and be in agreement with all terms, conditions, and provisions included in this solicitation. Offers that fail to furnish required information, or rejects the terms and conditions of the solicitation may be excluded from consideration. Offers shall consist of offeror's pricing proposal. Also offers shall include a detailed description of the proposed target backing curtain material. Offers shall be received by February 13, 1998. at 3:00 p.m., local time and delivered to USSS, Procurement Division, 1310 L Street, NW, Suite 730, Washington, DC 20223, ATTN: Renea Morton. Faxed proposals are unacceptable. The Government intends to award an order to the responsible, small business offeror, whose quotation conforming to the specifications will be the most advantageous to the Government. The Government anticipates an award date on or about February 27, 1998. The Government will not be responsible for any costs in the preparation of responses to this announcement. (0028)

Loren Data Corp. http://www.ld.com (SYN# 0292 19980130\69-0002.SOL)


69 - Training Aids and Devices Index Page