Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1997 PSA#1823

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

61 -- ELECTRICAL POWER CABLE SOL N00244-97-R-5134 or N00244-97-Q-5134 DUE 042997 POC Fax requests for information to Bid Officer at (619) 532-1089, or call (619) 532-2690; Contracting Officer/Contract Negotiator, Luis De La Fuente, (619) 532-2888 WEB: Click here to find out more about FISC San Diego, http://www.sd.fisc.navy.mil. E-MAIL: Click here to find out more about the requirement, luis_delafuente@fmso.navy.mil. This procurement is a 100% Small Business Set Aside. The items being procured must be manufactured by a Small Business; all responsible sources may submit an offer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Solicitation number N00244-97-R-5134 or N00244-97-Q-5134 applies and is issued as a Request for Proposal or Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45 and Defense Acquisition Circular 91-11. The standard industrial code is 3643 and the business size standard is 500 employees. This requirement is for a fixed price contract for one line item as follows: Line Item 0001: Quantity 9,450 Feet; Item Description: Electrical Poser Cable, Conductor Form: Triple Conductor, Round Conductor SZ: 500 MCM Triple Conductor, Temp. Rating: 75.0 Deg. Celsius Minimum, Voltage Rating: 600.0 AC maximum rated working voltage, Type & Size: THOF-500, No. of conductor: 3, Each Conductor -- Navy Standard: 500, STR: 5054, Nom. Sect. Area (MM2): 255.1, Nom. Dia. In.: .960; MM: 24.38, AMPS Per Cond: Max: 40 Deg. Cent. 500; 50 Deg. Cent. 450, Minimum O.D. In.: 2,920; MM. 74.17, Maximum O.D. In.: 3,100; MM. 78.74, Term. Tube No.: 15, App. Net Wgt. lbs/M Ft.: 6,850, 1 through 4 conductors, 600 volts, non watertight, flexing service in accordance with MIL-C-915/6J, stranded uncoated conductor, separator, synthetic rubber insulation, stranded identification by method 3 or 4, the required number of conductors cabled with fibrous filler and binder tape, jacket of black polychloroprene or black standard thermoplastic on size 42 and smaller of all types except THOF-14, jacket of black polychloroprene on THOF-14 and size 60 and larger of all types. This electrical cable must be spooled onto wooden reels in the following increments: (17) reels of 550 FT per reel = 9,350 FT, (1) reel of 100 FT per reel = 100 FT, permissible variation in quantity shall be limited to 1.0 per cent. plus or minus. This electrical cable must not be low smoke Rome type cable, "Rome" is considered a trade name or manufacturers name. It does not meet safety requirements for ship to shore operations. Delivery of items is required 30 days after award of contract, to be delivered FOB Destination to: Navy Public Works center, Bldg. 3519, Naval Station, Eight St. and Harbor Drive, Gate #9, National City, CA 91950. Acceptance shall be made at destination, "Truck delivery only," No rail deliveries. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS Clause 252.212-7000, Offeror Representations and Certifications- Commercial Items; and addendum clause DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate; Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5, New Material; FAR 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations of Subcontracting; FAR 52.225-18, FAR 52.215-18, European Community Sanctions for End Products. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses forparagraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small, Small disadvantaged and Women Owned Small Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price-related factors. Provision 52.212-2, Evaluation- Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase description for Line Item 0001. Sealed offers in original and 1 copy must be received no later than 3:00pm, local time, 29 April 1997. Offers sent via the US Postal Service should be mailed to the Fleet and Industrial Supply Center, Bid Officer, 937 N. Harbor Drive, San Diego, CA 92132-0212. All offers not sent through the US mail will be considered to be hand carried and direct delivered. Hand carried offers must be delivered directly to and placed in the depository located in Bldg. 1, 2nd Floor Bid Desk, Room 207, 937 N. Harbor Drive, FISC Regional Contracts Department. Direct delivery of offers is only possible during weekdays, excluding federal holidays, between the hours of 8:00am and 4:00pm. See Note(s) 1 (0100)

Loren Data Corp. http://www.ld.com (SYN# 0283 19970414\61-0002.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page