Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781

NAVFAC CONTRACTS OFFICE, ATTN: CORRINE PEARSON CODE 2712, 901 M ST SE BLDG 218 3RD FLOOR (WNY), WASHINGTON, DC 20374-5018

99 -- PROCUREMENT AND OUTFITTING OF ONE 6500 DOUBLE-LOCK RECOMPRESSION CHAMBER FACILITY (6500 RCF) SOL N47408-97-R-1816 DUE 040197 POC Contract Specialist, LINDA DEARING, 202-433-5311 This project will be UNRESTRICTED. The work includes the design, fabrication, assembly, shop testing, packing, and shipping of one RCF 6500 with options to procure four additional like chambers within 3 years. The Recompression Chamber Facilities shall each be fully outfitted to include: (1) supply and exhaust piping and components, (2) depth gauges, (3) lighting, (4) primary and emergency communications, (5) built-in breathing system, (6) gas analysis, (7) atmospheric conditioning system (ACS), (8) relief valve, (9) medical lock, (10) fire extinguishing systems (FES), and (10) RCF control console. The contractor shall provide all labor and materials for the work herein. This contract shall call for the fabrication and modification of life sensitive systems. Failure to adhere to the highest standards of metallurgy, welding, and workmanship will create severe hazards to the personnel working on or near these systems when they are pressurized. Failure to meet these requirements will be cause for termination for default and, in any event, will be cause for Government rejection of components. Offerors will be required to submit a technical proposal, a cost proposal and past performance information. Award shall be made to the responsible offeror whose proposals, conforming to the solicitation, represent the best value to the Government in terms of price, technical factors, and past performance. Response to the Request for Proposal will be evaluated using these principle factors, where the price and technical factors shall be of equal importance and the past performance shall be approximately half the importance of the price and technical factors. The Technical Factors include Technical Approach, Personnel Capabilities, Corporate Qualifications (Management), and Quality Assurance Program/Plan. The degree of risk to the Government, as related to deficiencies, weaknesses, or strengths noted in the source selection evaluation process will be considered when determining the best value to the Government. Requests forthe solicitation may be mailed to Naval Facilities Engineering Command Contracts Office, WNY, Bldg 218, 901 M Street, SE, Washington, DC 20374-5063 or sent via facsimile by using (202) 433-5244. Contractors within the local area are encouraged to pick up a copy of the solicitation at Bldg 218 (third floor) of the WNY between the hours of 0730 and 1500, Monday-Friday. There will be no charge for these documents, however, there will only be one set issued per contractor. The solicitation will be available approximately fifteen days after this notice appears in the Commerce Business Daily. A pre- proposal conference may be held at the Washington Navy Yard. The conference time and exact location will be announced in the solicitation. The proposal due date shall be thirty days after the solicitation is made available to the public. The projected award date is July 1997. Proposals should be submitted to the Naval Facilities Engineering Command Contracts Office (NAVFACCO), Bldg 218, 901 M Street, SE, WNY, Washington, DC 20374-5063. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0364 19970212\99-0002.SOL)


99 - Miscellaneous Index Page