Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1998 PSA#2073

Naval 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