|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1998 PSA#2073Naval Air Warfare Center Aircraft Division, Contracts Department,
Building 129-2, Highway 547, Lakehurst, NJ 08733-5083 20 -- AFTI DUAL REEL BOOM TRAILER SOL N68335-98-R-0188 DUE 042898 POC
Jennifer Vaccaro, Code 213JV, (732)323-5129, Contracting Officer Jack
Murtagh, Code 213JM, (i) 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.
(ii) This solicitation number N68335-98-R-0188 is issued as a
competitive request for proposal (RFP). (iii)The solicitation and
incorporated provisions and clauses are in effect through Federal
Acquisition Circular 97-03. (iv) This solicitation is a small business
set aside. SIC is 4491. (v) Contract Line Item Numbers (CLINS) are as
follows: CLIN 0001 AFTI Dual Reel Boom Trailer, AFTI Model 2610, or
Equal. Three (3) Each. One operations and maintenance manual shall be
included with each unit. (vi) The double reel mobile boom deployment
system is a mobile platform with 2 hydraulically powered reels
specifically designed for deployment and recovery over the edge of a
pier. Salient Characteristics include the following: Dual Reel,
constructed of Galvanized Steel, not less than 92" diameter, Diesel
Hydraulic Powered. Diesel Engine of at least 9 HP with 15 to 25 gallon
reservoir permanently affixed to trailer. Capacity of a minimum of
1000 ft of AFTI Globeboom w/ 14" floats. Reel Speed of a maximum of 15
RPMs infinitely variable to 10 RPMs. Boom Deployment rate up to 250
feet per minute. Mobile Platform a minimum of 36 feet, maximum width of
8 feet, and not to exceed 12,000 pounds. Trailer made of galvanized
steel with running lights, steerable front axle, manual out and down
outriggers both front and rear, dock edge roller, suitable for towing
by ton or larger truck. System shall be capable of operating year round
in a marine environment. WPNSTA Earle ammunition piers extend 3 miles
out in the Sandy Hook Bay. All materials of construction must be
corrosion protected for maximum lifetime. Drip pans shall protect
against accidental discharge of hydraulic fluid. The trailer mounted
dock edge rollers shall allow deployment of booms over four foot high
dock side piping services without damage to the booms or the facility.
The system shall deploy and recover booms from the pier deck, forty
foot above mean low tide in all weather conditions typical to WPNSTA
Earle. (vii) All items shall be preserved, packaged, packed and marked
in accordance with best commercial practices. Delivery shall occur 12
weeks after contract award. FOB Destination. Ship to: Naval Weapons
Station Earle, Waterfront Area, Boathouse Building R-9, Highway 36,
Leanardo, New Jersey 07722. Inspection/Acceptance at Destination.
(viii) FAR 52.212-1 Instructions to Offerors, Commercial, is
incorporated by reference. Addendum to FAR 52.212-1: All offerors
competing for award are required to provide a proposal in two volumes:
Volume 1 -- Price Proposal, Certifications and Representations, Volume
2 -- Operations and Maintenance Manual and Descriptive Literature.
Offeror is also to provide the terms of commercial warranty and past
years sales history for the same or similar items. For example: the
number of units sold, customer sold to, point of contact, previous
Government contracts. Descriptive literature must be furnished as part
of the offer. The literature is required to establish, for the purpose
of evaluation and award, details of the products the offeror proposes
to furnish. Technical acceptability will be based on comparison between
the descriptive literature and the performance specification. (ix) FAR
52.212-2, Evaluation -- Commercial Items is incorporated by reference.
Addendum 52.212-2 Para (a). Award will be made to the lowest priced,
technically acceptable offeror. Offers will be evaluated on a strict
pass/fail basis. (x) Offerors shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and Certifications,
Commercial Item and DFARS 252.212-7000 Offeror Representations and
Certifications, Commercial Item (Nov 1995) with its offer. (xi) FAR
52.212-4, Contract Terms and Conditions, Commercial Items is
incorporated by reference. The resulting contract will be firm fixed
price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required
to Implement Statues is incorporated in this contract by reference, the
following provisions apply: 52.203-6, restrictions on Subcontractor
Sales to the Government with Alternate I; 52.203-10, Price or Fee
Adjustment for illegal or improper activity; 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for
Handicapped Workers; 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 252.212-7001, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items; 252.225-7001,
Buy American Act and Balance of Payments Program; 252.247-7024,
Notification of Transportation of supplies by Sea. (xiii) Additional
requirements. Warranty: The Offerors commercial warranty of at least 12
months shall apply and should be stated in the Operation and
Maintenance Manual. The information should be a brief statement that a
warranty exists, the substance of the warranty, the duration, and
claim procedures. (xiv) Cost proposal, operation/maintenance manual and
descriptive literature are due by 2:00 p.m. EST, April 28, 1998 at the
Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 213JV
J. Vaccaro, Hwy 547, Lakehurst, New Jersey 08733-5082. Offerors must
acquaint themselves with the new regulations concerning Commercial Item
acquisition contained at FAR Subpart 12 and must ensure that all
Representations and Certifications are executed and returned as
required in this synopsis/solicitation. (xv) Name and Telephone number
of individual to contact for information regarding the solicitation:
Jennifer Vaccaro, (732)323-5129, fax (732)323-4822. (0100) Loren Data Corp. http://www.ld.com (SYN# 0192 19980414\20-0002.SOL)
20 - Ships and Marine Equipment Index Page
|
|