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