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