|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1998 PSA#2016Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center
Aircraft Division, Patuxent River, MD 20670-5304 40 -- MULTIPLE CONDUCTOR, SHIELDED, CONTROL CABLE SOL N00421-98-R-1040
DUE 020698 POC John R. Tomechko, Contracting Officer, (301) 342-1825
x142, Stephanie Broadhead, Contract Specialist, (301) 342-1825 x210
E-MAIL: Broadhead_Stephanie%PAX9B@MR. NAWCAD.NAVY.MIL,
Broadhead_Stephanie%PAX9B@MR. NAWCAD.NAVY.MIL. This is a combined
synopsis / solicitation for commercial items prepared in accordance
with the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation, proposals are being requested and a written
solicitation will not be issued. Solicitation Number N00421-98-R-1040
is issued as a Request for Proposal (RFP). The incorporated document
and provisions and clauses are those in effect through Federal
Acquisition Circular 97-03 and Defense Acquisition Circular 91-12. THE
APPLICABLE SIC CODE IS 3829. The contract line item numbers and items
are: I) CLIN 0001 -- 56,000 ft. of Multiple Conductor, Shielded,
Control Cable; Belden Part # 83752 or equal. The contractor shall meet
all of the minimum salient requirements for CLIN 0001 as follows: 1)
Number of pairs: one (1); 2) Cable must have an overall shield
providing 100% coverage; i) Shield shall be an aluminum / polyester
foil with a tinned copper braid; 3) Cable jacket material: Teflon; 4)
Wire requirements: i) Gage: 14 awg.; ii) Wire shall be tinned copper
stranded; 5) Conductor insulation: Teflon; 6) Usable temperature range:
-10 Deg F to +250 Deg F; 7) Conductor voltage rating: 300 volts; 8)
Identification: conductors shall be distinguished by separate colors;
9) Cables shall be provided in 1000 ft. reels; i) Reel lengths: 1000
ft. +/- 10%; ii) Continuous lengths w/o splices; II) CLIN 0002 --
40,000 ft. of Multiple Conductor, Shielded, Control Cable; Belden Part
#83803 or equal. The contractor shall meet all of the minimum salient
requirements for CLIN 0002 as follows: 1) Number of conductors: three
(3); 2) Cable must have an overall shield providing 100% coverage; i)
Shield shall be an aluminum / polyester foil with an overall copper
braided shield; 3) Cable jacket material: Teflon; 4) Wire requirements:
i) Gage: 12 awg.; ii) Wire shall be tinned copper stranded; 5)
Conductor insulation: Teflon; 6) Usable temperature range: -10 Deg F to
+250 Deg F; 7) Construction: Conductors in cabled arrangement; 8)
Identification: each conductor shall be uniquely identified by a
defined color coding chart; 9) Cables shall be provided in 1000 ft
reels; i) Reel lengths: 1000 ft. +/- 10%; ii) Continuous lengths w/o
splices; III) CLIN 0003 -- 30,000 ft. of Multiple Conductor, Shielded,
Control Cable; Belden Part #83602 or equal. The contractor shall meet
all of the minimum salient requirements for CLIN 0003 as follows: 1)
Number of conductors: two (2); 2) Cable must have an overall shield
providing 100% coverage; i) Shield shall be an aluminum / polyester
foil with a tinned copper braid; 3) Cable jacket material: Teflon; 4)
Wire requirements: i) Gage: 20 awg.; ii) Wire shall be tinned copper
stranded; 5) Conductor insulation: Teflon; 6) Usable temperature range:
-10 Deg F to +250 Deg F; 7) Construction: conductors in cabled or
twisted arrangement; 8) Identification: conductors shall be
distinguished by separate colors; 9) Cables shall be provided in 1000
ft. reels; i) Reel lengths: 1000 ft. +/- 10 %; ii) Continuous lengths
w/o splices; IV) CLIN 0004 -- 100,000 ft. of Multiple Conductor,
Shielded, Control Cable; Belden Part #9514 or equal. The contractor
shall meet all of the minimum salient requirements for CLIN 0004 as
follows: 1) Number of pairs: four (4); 2) Cable must have an overall
shield providing 100% coverage; i) Shield shall be an aluminum /
polyester foil with a 22 awg., stranded tinned copper, drained wire in
intimate contact; 3) Cable jacket material: flame retardant pvc.; 4)
Wire requirements: i) Gage: 22 awg.; ii) Wire shall be tinned copper
stranded; 5) Conductor insulation: flame retardant pvc.; 6) Usable
temperature range: -10 Deg F to +160 Deg F; 7) Conductor voltage
rating: 300 volts; 8) Identification: each conductor pair shall be
numbered to distinguish it from the others; 9) Cables shall be provided
in 1000 ft. reels; i) Reel lengths: 1000 ft. +/- 10 %; ii) Continuous
lengths w/o slices; V) CLIN 0005 -- 9,000 ft. of Multiple Conductor,
Shielded, Control Cable;Belden Part #9527 or equal. The contractor
shall meet all of the minimum salient requirements for CLIN 0005 as
follows: 1) Number of pairs: twenty-seven (27); 2) Cable must have an
overall shield providing 100% coverage; i) Shield shall be an aluminum
/ polyester foil with a 22 awg., stranded, tinned copper, drained wire
in intimate contact; 3) Cable jacket material: flame retardant pvc.; 4)
Wire requirements: i) Gage: 22 awg.; ii) Wire shall be tinned copper
stranded; 5) Conductor insulation: flame retardant pvc.; 6) Usable
temperature range: -10 Deg F to +160 Deg F; 7) Conductor voltage
rating: 300 volts; 8) Identification: each conductor pair shall be
numbered to distinguish it from the others; 9) Cables shall be provided
in 1000 ft. reels; i) Reel lengths: 1000 ft. +/- 10%; ii) Continuous
lengths w/o slices; VI) CLIN 0006 -- 8,500 ft. of Multiple Conductor,
Shielded, Control Cable; Belden Part #9260 or equal. The contractor
shall meet all of the minimum salient requirements for CLIN 0006 as
follows: 1) Number of conductors: six (6); 2) Cable must have an
overall shield providing 100% coverage; i) Shield shall be an aluminum
/ polyester foil with an overall copper braided shield; 3) Cable
jacket material: flame retardant pvc.; 4) Wire requirements: i) Gage:
20 awg.; ii) Wire shall be tinned copper stranded; 5) Conductor
insulation: flame retardant pvc.; 6) Usable temperature range: -10 Deg
F to +160 Deg F; 7) Construction: conductors in cabled arrangement; 8)
Identification: each conductor shall be uniquely identified by a
defined color coding chart; 9) Cables shall be provided in 1000 ft.
reels; i) Reel lengths: 1000 ft. +/- 10%; ii) continuous lengths w/o
splices; VII) CLIN 0007 -- 8,500 ft. of Multiple Conductor, Shielded,
Control Cable; Belden Part #1528A or equal. The contractor shall meet
all of the minimum salient requirements for CLIN 0007 as follows: 1)
Number of conductors: six (6); 2) Cable must have an overall shield
providing 100% coverage; i) Shield shall be an aluminum / polyester
foil with an overall copper braided shield; 3) Cable jacket material:
flame retardant pvc.; 4) Wire requirements: i) Gage: 16 awg.; ii) Wire
shall be tinned copper stranded; 5) Conductor insulation: flame
retardant pvc.; 6) Usable temperature range: -10 Deg F to +160 Deg F;
7) Construction: conductors in cabled arrangement; 8) Identification:
each conductor shall be uniquely identified by a defined color coding
chart; 9) Cables shall be provided in 1000 ft. reels; i) Reel lengths:
1000 ft. +/- 10%; ii) Continuous lengths w/o splices. The contractor
shall deliver CLINS 0001 through CLIN 0007 within 60 days after
contract award to: Bldg. 2360, Naval Air Warfare Center Aircraft
Division, Patuxent River, MD 20670, Marked for: T. Baranoski.
Inspection and Acceptance shall be made at destination. FAR 52.212-1
Instructions to offerors Commercial Items (OCT 1995) is incorporated by
reference and applies to this acquisition. 212-301 Solicitation
provisions and contract clauses for the acquisition of commercial
items. The provision at 52.212-2 Evaluation Commercial Items (OCT 1995)
does not apply to this acquisition. Instead, the following information
will be used for evaluation of offerors: an award shall be made to
that responsible offeror submitting a technically acceptable proposal
and offering the lowest evaluated price. Price shall be the deciding
factor among the technically acceptable proposals. To be technically
acceptable, the offeror's technical proposal must be evaluated as
technically acceptable for the requirement listed above. Technical
acceptability will be determined solely on the content and merit of the
information submitted in response to this provision. Therefore, it is
incumbent on the offeror to provide sufficient technical literature,
documentation, ect. in order for the Government to make an adequate
technical assessment of the proposal. The price proposal shall be
evaluated on the overall lowest price to the Government. A written
notice of award or acceptance of an offer, mailed or otherwise
furnished tothe successful offeror within the time for acceptance
specified in the offer, shall result in a binding contract without
further action by either part. Before the offer's specified expiration
time, the Government may accept an offer (or part of an offer),
whether or not there are negotiations after its receipt, unless a
written notice of withdrawal is received before award. Each offeror
shall include a completed copy of the provision at FAR 52.212-3,
Offeror Representations and Certifications Commercial (OCT 1995) with
its proposal. FAR 52.212-4 Contract Terms and Conditions Commercial
Items (OCT 1995) is incorporated by reference and applies to this
acquisition. The clause at 52.212-5 Contract Terms and Conditions
Required to Implement Executive Orders Commercial Items (JAN 1996) is
incorporated by reference, however, for paragraph (b) only the
following clauses apply to this acquisition. 52.212-5(b) : 52.203-6
Restrictions on Subcontractor Sales to the Government, with Alternate
I (OCT 1995), 52.203-10 Price or Fee Adjustment for Illegal or Improper
Activity (SEP 1990), 52.219-8 Utilization of Small Business Concerns
and Small Disadvantage Business Concerns (OCT 1995), 252.219-7006
Notice of Evaluation Preference for Small Disadvantage Business
Concerns (MAY 1995), 52.222-26 Equal Opportunity (APR 1984), 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans (APR
1994), 52.222-36 Affirmative Action for Handicapped Workers (APR
1994), 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era (JAN 1988), 252.225-7001 Buy American Act
and Balance of Payment Program (JAN 1994). Additionally, each offeror
shall include a completed copy of Defense FAR Supplement (DFARS)
provision 252.212-7000, Offeror Representations and Certifications --
Commercial Items (NOV 1995). DFARS clause 252.212-7001, Contract Terms
and Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items (NOV 1995) is
incorporated by reference, however, for paragraph (b) only the
following clauses apply, 252.225-7001 Buy American Act and Balance of
Payment Program, 252.225-7012 Preference for Certain Domestic
Commodities, 252.225-7015 Preference for Domestic Hand or Measuring
Tools, 252.225-7036 North American Free Trade Agreement Implementation
Act, 252.227-7015 Technical Data Commercial Items (NOV 1995),
252.233-7000 Certification of Claims and Requests for Adjustment of
Relief 252.247-7024 Notification of Transportation of Supplies by Sea.
CONTRACT DATA REQUIREMENTS LIST WARRANTY The contractor shall extend
to the Government full coverage of any Standard Commercial Warranty
normally offered to a similar commercial sale. Acceptance of the
Warranty does not waive the Government's rights under the Inspection
Clause, nor does it limit the Government's rights with regard to the
other terms and conditions of this contract . In the event of a
conflict, the terms and conditions of this contract shall take
precedence over the warranty. The warranty period shall begin upon
final acceptance of the applicable deliverable listed in the schedule.
This is a DO rated order. Offers are due to John R. Tomechko,
Contracting Officer, Contracts Competency, Bldg. 588, Ste. 2, Naval Air
Warfare Center Aircraft Division, 47253 Whalen Road, Patuxent River, MD
20670-1463, by 2:30 PM Eastern Standard Time, 06 February 1998. All
responsible sources may submit a proposal which shall be considered by
the agency. Information may be faxed to (301) 342-1847 to the
attention of John R. Tomechko. For information regarding this
solicitation, contact Stephanie Broadhead, Code 25521P, telephone (301)
342-1825 ext. 210. For copies of FAR provisions 52.212-3 or DFARS
Provision 252.212-7000, fax your request to Stephanie Broadhead, (301)
342-1847. (0020) Loren Data Corp. http://www.ld.com (SYN# 0179 19980122\40-0001.SOL)
40 - Rope, Cable, Chain and Fittings Index Page
|
|