Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1997 PSA#1835

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000 23rd Ave, Port Hueneme, CA 93043-4301

99 -- OUTFITTING OF RCF6500, RCF5000 AND U.S. NAVY STANDARD RECOMPRESSION CHAMBERS SOL N47408-97-R-1834 DUE 061697 POC Anita Norris, Contract Specialist, (202) 433-5310, (202) 433-5244 fax # This project will be UNRESTRICTED. The work includes all labor and materials for the design, acquisition, outfitting, final system testing, and shipment of two (2) Government Furnished RCF-6500 Recompression Chambers and two (2) Government Furnished U.S. Navy Standard Recompression Chambers (RCF), Pressure Vessels for Human Occupancy (PVHO) with the option to outfit up to two (2) each additional Government Furnished like chambers for delivery to Naval Facilities Engineering Service Center's OCEI Facility at St. Juliens Creek Annex, Portsmouth, Virginia. There will also be an option to design, outfit, ship and deliver up to two (2) Government Furnished RCF-5000 Recompression Chambers. Options may be exercised within 36 months of award. The Contractor must submit the design, fabrication and test documents and manuals. The final product consists of completely outfitted and operational recompression chambers. Outfitting includes: (1) supply and exhaust piping, (2) primary and standby communications, (3) primary and emergency lighting, (4) environmental control system, (5) fire extinguishing system, (6) chamber atmosphere analyses system, and (7) BIBS system. Attention of prospective offerors is called to the fact that this contract calls for the fabrication 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, past performance and technical factors. Response to the Request for Proposal will be evaluated using the following three principle factors: (a) Cost/Price, (b) Technical Factors, and (c) Past Performance. The Technical Factors include Technical Approach, Personnel Capabilities, Corporate Qualifications (Management), and Quality Assurance Program/Plan. The Technical Factor and the Cost/Price Factor are approximately equal in importance and are more important than the Past Performance Factor. The degree of risk to the Government, as related to deficiencies, weaknesses, or strenghts noted in the source selection evaluation process will be considered when determining the best value to the Government. Requests for the solicitation may be mailed to Naval Facilities Engineering Command Contracts Office, WNY, Bldg. 218, 901 M Street SE, Washington, DC 20374-5063 or send via facsimile by using (202) 433-5244. Contractors within th e 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 onlybe one set issued per contractor. The solicitation will be available approximately fifteen days after this notice appears in the Commerce Business Daily. The proposal due date shall be thirty days after the solicitation is made available to the public. The projected award date is October 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. (0118)

Loren Data Corp. http://www.ld.com (SYN# 0320 19970430\99-0003.SOL)


99 - Miscellaneous Index Page