Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,2000 PSA#2601

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

54 -- PREFABRICATED STRUCTURES SOL N00421-00-Q-0591 DUE 051900 POC Teri Berrian -301-757-9789 WEB: www.navair.navy.mil/business, www.navair.navy.mil/business/ecommerce. E-MAIL: cullisonll@navair.navy.mil, berriantl@navair.navy.mil. This is a competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12, Acquisition of Commercial Items and subpart 13, Simplified Acquisition Procedures 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. NOTE: Documents related to this synopsis/solicitation will be available electronically via the Internet at the following URL: http://www.navair.navy.mil/business/ecommerce/index.cfm. Solicitation number N00421-00-Q-0591 is issued as a Request for Quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Defense Acquisition Circular 91-15. This competitive combined synopsis/solicitation is for the purchase of the following Contract Line Items listed below. CLIN 0001 (QTY 4 each) Dock Shelter specifications for replacement of Dock Shelters located at the Naval Air Warfare Center Aircraft Division, Supply Department, Building 665, 47179 Vaughn Road, Patuxent River, MD 20670. 1) should fit over existing loading doors, 2) framework of non-rot pressure treated wood with side and head members covered in translucent fiberglass, 3)material of 40 oz vinyl, black, 4) include side curtains and draft pads, 5) project no less that 24 inches from wall, 6) must be compatible with dock levelers and truck restraints. CLIN 0001AA Transportation/Freight, CLIN 0001AB Installation for CLIN 0001. CLIN 0002 (QTY 4) Each Dock Leveler specifications for replacement of dock levelers also located in Building 665 as indicated in CLIN 0001. 1) Must have 50,000 pounds capacity and be 7 feet wide, 8 feet long and no less that a 20 inch lip. 2) Must have no less than seven inch lip barrier to prevent forklifts from dropping off levelers. 3) Must be able to fit existing dock leveler pits. 4) Must have a low pressure hydraulic system. 5) Include a least two dock bumpers compatible with leveler system. 6) Must have an operating range of 12 feet above and 12 feet below the dock level. 7) Leveler must recycle to dock level upon truck departure with safety lie in position. 8) Requires electronic circuitry inside a single control panel with emergency stop capability. 9) Include automatic safety stop system to control platform free-fall. 10) Must be compatible with vehicle restraint system. CLIN 0002AA Transportation/freight for CLIN 0002, CLIN 0002AB Installation for CLIN 0002, CLIN 0002AC Electrical wiring for CLIN 0002. CLIN 0003 (QTY 4 each) Vehicle Restraints specifications necessary for vehicle restraints, which will be installed at the receiving docks in building 665 as indicated in CLIN 0001. 1) Provide secure hooking mechanisms at ramp to trucks rear protection device (the ICC Bumper). 2) Upon contact with bumper, device rides down channel to allow the bumper to move over the top of the bumper housing. 3) When truck is in place, hook activates and secures the trailer to the dock. 4) Requires red and green lighting system on inside and outside of building for communication between the truck driver and dock personnel. 5) If lock is not properly secured, an audible alarm will sound and lights flash. 6) Control box inside dock area. 7) Locking system must be able to accommodate IIC Bumper of all heights currently in use. 8) Use standard flashing red and green traffic style signals. 9) Controller must be solid state and be "self-diagnostic" and "programmable". 10) Hook must provide a holding force in excess of 32,00 lbs. 11) Of high durable finish. 12) Include a 5 year warranty. CLIN 0003AA transportation/freight for CLIN 0003, CLIN 0003AB Installation for CLIN 0003. CLIN 0003AC Electrical wiring for CLIN 0003. This procurement will be F.O.B. Origin and delivered to Receiving Office, NAWCAD, Bldg 665, Suite 2, 47179 Vaughn Road, Patuxent River MD 20670-1614, M/F: Charles B. Shultz (Code: 8.2.6). The anticipated delivery should be expected no longer than four weeks after receipt of a duly executed purchase order signed by the Contracting Officer. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's right under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. The Contractor agrees to comply with the following FAR clauses, which are incorporated in this solicitation by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), FAR 52.252-2 -- Clauses Incorporated by Reference (FEB 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.arnet.gov/far and http://www.acq.osd.mil/dp/dars/dfars/dfars.html. FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.204-3 Taxpayer Identification (OCT 1998), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 1999), FAR 52.212-3 Offeror Representations and certifications Commercial Items (FEB 2000), FAR 52.212-3 Offeror Representations and certifications Commercial Items (FEB 2000), FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAY 1999), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes orExecutive Orders Commercial Items (FEB 2000), FAR 52.233-3 Protest after award (AUG 1996), FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (MAY 1999), FAR 52.203-6 Restriction on Subcontractor Sales to the Government, FAR 52.219-8 Utilization of Small Business Concerns (JAN 1999), FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 1998), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1990), FAR 52.222-26, Equal Opportunity (FEB 1999), FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (APR 98), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era Veterans (JUN 1998). The Contractor agrees to comply with the FAR clausesin this paragraph which the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components. The Contractor agrees to comply with the following list of DFAR clauses which are included in this solicitation by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items or components: DFARS 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (SEP 1999), DFARS 252.225-7006 Buy American Act -- Trade Agreements -- Balance of Payments Program Certificate (MAR 1998), DFARS 252.225-7020 Trade Agreements Certificate (MAR 1998), DFARS 252.225-7035 Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program Certificate (MAR 1998), DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items (NOV 1995), DFARS 252.204-7004 Required Central Contractor Registration (MAR 2000), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2000), DFARS 252.212-7000 Offeror Representations and Certifications -- Commercial Items (NOV 1995), DFARS 252.204-7000 DISCLOSURE OF INFORMATION (DEC 1991), DFARS 252.204-7001 COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (AUG 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical capability of the item offered to meet the Government requirement; 2)and the lowest Price technically acceptable. Technical capability will be evaluated against compliance with the specifications set forth in the combined solicitation/synopsis. Offerors should provide company past performance information on contracts/orders with the Federal Government that are similar on terms of cost and service, performed over the past two years. This is an all or none requirement. Technical inquiries should be directed Charles B. Shultz, Material Division Officer, 47179 Vaughn Road, Bldg 665, Patuxent River MD 20670-1614, voice (301) 342-1880 x10 or via e-mail to ShultzCB@navair.navy.mil. All valid Internet responses from prospective offerors must provide their return Internet address, complete mailing address, telephone number, and facsimile number within the body of their response. Furthermore, the Cage Code, TIN, and DUNS numbers must be supplied to verify CCR registration. Internet responses without the aforementioned information will not be recognized as valid. Offers are due to Teri Berrian, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 588, Suite 2, 47253 Whalen Road, Patuxent River, MD 20670-1463 by 2:00 P.M. Eastern Standard Time, 10 April 2000. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Teri Berrian, Code 25522R, voice 301-757-9789 or preferably by e-mail at BerrianTL@navair.navy.mil . If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above at facsimile (301-342-1531) or telephone (301-757-7989). **END SYNOPSIS/SOLICITATION #N00421-00-Q-0591.** Posted 05/12/00 (W-SN454199). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0189 20000516\54-0001.SOL)


54 - Prefabricated Structures and Scaffolding Index Page