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