|
COMMERCE BUSINESS DAILY ISSUE OF JULY 13,1998 PSA#2135SPAWARSYSCEN, PO Box 190022, North Charleston, SC 29419-9022 81 -- TRANSIT CASES SOL N65236-98-R-0457 DUE 071698 POC Doris Peeples,
Code 1116DP, (843) 974-5941, Contracting Officer, C. O. Walsh E-MAIL:
SPAWARSYSCEN Charleston, peepledd@spawar.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented by 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 No. N65236-98-R-0457 is issued as a
request for proposal (RFP). The solicitation document and incorporated
provisions and clauses are those in effect through FAC 97-05 and DAC
91-13. This acquisition is set aside 100% for small business concerns
under SIC Code 3089 with size standard of 500 employees. The resulting
contract will be a Fixed Price Indefinite Delivery Indefinite Quantity
type contract for three (3) years. Minimum guaranteed amount will be
$50,000. An offeror must quote on all items in this solicitation to be
eligible for award. The Contract Line Item Numbers (CLINs),
description, quantities for the subject procurement are as follows: I.
STANDARD CHARACTERISTICS. Transit cases will be used to transport
fragile equipment by military forces while in combat and combat
simulated situations. The construction of the case must be of a
durability rating that will safeguard equipment while being transported
through all types of terrain and climates by any and all modes of
transportation utilized by the U.S. Armed Forces. Ultimate space
utilization is required to lessen the exterior footprint. This will
include storage in lids when possible. All cases will be Forest Green
with a matte or flat finish. All cases will be engineered and
constructed in a manner that will ensure there are no metal knife-edges
joining case bases and lids. Permanent, non-shiny finishes are required
on ALL visible metal surfaces. Cases must be water resistant to keep
interior and components dry under sustained wet weather conditions.
"Sustained wet weather conditions" are defined as 4" deep water while
exposed to a constant 2" per hour shower for a minimum of 96 hours. II.
SPECIFIC CASE CONFIGURATIONS: CLIN0001 -- TRANSIT CASE A: Case A will
be capable of accepting a standard 3/8" diameter padlock. The case will
be engineered to house the following equipment and all equipment must
be operational from the case: IBM ThinkPad 770 (14.1" screen); IBM
"Select a base" port replicator; HP DeskJet 340CV Printer; Storm
Pagescan USB scanner; Iomega Ditto Max (Model #10662); Logitech
Trackman Marble trackball; Fujitsu DynaMO 640SE drive; APC Back UPS 200
Uninteruptable Power Supply; and a power protection strip (approx. size
11 x 1.5 x .5"). Additionally, the location and placement of the
laptop, within the case, must allow access to and use of the following
list of peripheral items; Graystone Peripherals, TA-50 PCMCIA Extender
Card; Removable HDD (IBM); Removable CD ROM (IBM); Removable FDD (IBM);
SCSI Adapter Card (PCMCIA, Adaptec 1460B); Intel Etherexpress Pro/100
Mobile adapter, Model # MBLA1600; CMS Easy -Plug/Easy-Go 520MB PCMCIA
HDD. Size: The smallest footprint available, that will accommodate
necessary equipment and allow for proper airflow, is desired. The
following is the maximum size allowed: Length (measured right to left):
30", Width (measured front to back): 24", Height: 14", Weight: 30lbs.
(Not including computer hardware, peripherals, and power supply).
Access: Top-opening, suitcase style, hinged. Material: Shell will be a
non-metallic, non-laminated, rotational, injected or compression
molded synthetic material. Hardware: Handle "A" -- Handles will be of
sufficient strength to lift and support case fully integrated with
components. Black in color. Location: 1 ea. on front and right sides;
Handle "B" -- Retractable to overall dimensions of case. Mounted on
case bottom. Extends to right. To be used in conjunction with the
wheels in "pullcart" fashion. Black in color. Wheels -- Fixed axle, 2
ea. bottom left. Black in color. Hinges will be rated to minimum 100
lbs. and will be black or forest green in color. Open Lock Mechanism --
Locks lid open in ~ 110 degrees. Hinges and Open Lock Mechanism will
allow easy lid removal without the use of tools. Latches -- 2 ea. front
-- minimum, 1 ea. right and left side minimum. Hardware shall be black
or green in color. Environmental: Pressure Relief Valve -- Manual,
push button, adequate to relieve pressure from case interior during air
transportation. Able to withstand temperature range of -10 degrees to
+150 degrees F. Water proof/resistance -- Interior and all exterior
connections to remain dry under sustained wet weather conditions.
External Connections: Access -- Threaded, screw down waterproof cover.
Connectors recessed a minimum of 1". Power -- 1 ea. Receives equipment
end of standard 3-prong computer power cable. Network -- 1 ea. RJ-45
receptacle. Interior: The interior consists of a shock-mounted
enclosure and a laptop support mounted to the top of the enclosure,
which together house all components within the case. Shock mounts will
be rated to adequately support enclosure and hardware components IAW
current industry ratings andspecifications. Quantity of shock mounts
shall be 4 each and attached from case to enclosure at corners or
sides. Enclosure -- Supports hardware components (identified above).
Supported solely by shock mounts. Enclosure shall be flat black or
matte finish on all surfaces. Laptop Support-open top platform supports
laptop and port replicator. Platform moves in a forward and reverse
direction by use of slides and/or other mechanical means of platform
movement, to allow access to interior-mounted hardware components in
enclosure. In forward and locked position, laptop platform extends over
the forward edge of the open case. Platform assembly remains attached
to the enclosure in all positions. Port replicator will be hard mounted
to and detachable from laptop platform. Printer, Scanner, Ditto Max,
and power source will be hard mounted in bottom of enclosure and permit
proper paper flow and access to all controls, connections, print
cartridges, etc. Case design permits complete uninterrupted operation
of all internal devices without removal, cabling or adjustment. Use of
hook and loop tape and foam materials shall not be used in the
mounting, encasement or shock protection of electronic devises within
this case. NOTE: Enclosure mounting design shall allow computer and
peripheral device dimensions to vary +/- 5% in total volumetric area.
Lid Storage Area -- Durable and flexible, briefcase style system of
pouches/compartments mounted to the case lid. All pouches/compartments
will be secured with a zipper, loop and hook tape, snaps, etc.
Separate storage for the following: IBM FDD, HDD, CD ROM Drive -- 1 ea,
PCMCIA Cards -- 3 ea, 3-1/2" Diskettes -- 1 bx, CD ROM Disks -- 6 ea,
Ditto cartridge -- 2 ea, IBM laptop battery, printer paper (Std)-1/4
Ream, Technical Manuals -- 1 ea 2" Binder, and Misc Office Supplies --
48 cubic inches (approx). Electronics: Power bricks and cords --
Separate power bricks and excess cord containment compartments built
into the bottom of the enclosure. Flat or black matte in color.
Non-ferrous metallic material located adjacent to the power supply.
Power cables -- Cases will be designed to facilitate subsequent
customer routing of all power cables from equipment to power supply via
the containment compartment. Routing shall be on the surface of the
enclosure. Perforations through the enclosure base will permit the use
of removable and reusable cable restraint devices. Port replicator
power cable will be routed with the data cables. Data cables-Cases will
be designed to facilitate subsequent customer routing of data cables
from the printer, scanner and tape backup drive to the front of the
case, and data cables will further be routed along the bottom of the
laptop support to the Port replicator. External connections -- all
external connections will be made via the external weather-tight
access. These connections are defined as follows: Standard 3-prong 110
VAC computer cable provides power to case via appropriate receptacle
within access compartment. Network connection consists of RJ-45 coupler
designed to receive the RJ-45 connector inside the case located under
the access cover. CLINS 0002-0005 STANDARD CHARACTERISTICS FOR TRANSIT
CASES "B" THROUGH "E": (1) Transit cases will be of the same
manufacturer and design. (2) Water resistant to keep interior and
components dry under sustained wet weather conditions. (3) Dimensions.
The case will be of sufficient size to protect and contain the
equipment identified to be transported/stored in each case. Each case
shall be designed to maintain a low center of gravity and equal weight
distribution. Not to exceed minimum size required for content
protection. (4) Exterior color will be Forest Green and flat or matte
finish. (5) Access will be top opening. (6) Material: Shell:
Non-metallic, synthetic, molded, ribbed for stacking. Hardware; Handles
will be of sufficient strength to lift and support case fully
integrated with components. Location: 1 each on all sides (spring
return bale type is preferred). Latches: Sufficient allsides. (7)
Interior. Non-residual, high density, non-absorbent foam with custom
cut cavities. CLIN 0002 -- TRANSIT CASE B: Case B will be engineered to
transport the following equipment: D-Link DSH-8 Hub; additional cables;
printer cartridges; battery charger for IBM 770; additional batteries
for IBM 770; technical manuals; laptop softcase; ExelTech XP-2-1-2-6
inverter; inverter cable (Est. size 18 C.I., 10 lbs.). CLIN 0003 --
TRANSIT CASE C: Case C will follow the same specifications as listed
above. Case C will be used to safely store and transport a Liquid
Crystal Display, manufacturer NEC., model LCD 2000. CLIN 0004 --
TRANSIT CASE D: Case D will follow the same specifications as listed
above. Case D will be used to safely store and transport a printer,
manufacturer Hewlett Packard, model 890C. Space for a 6' printer cable
and spare ink cartridges will also be required. CLIN 0005 TRANSIT CASE
E: Case E will follow the same specifications as listed above. Case E
will be used to safely store and transport a projector, manufacturer
Toshiba, model TLP-511A and spare bulb. Estimated quantities as
follows: CLIN 0001- 900 each, CLIN 0002 -- 900 each, CLIN 0003 -- 500
each, CLIN 0004 -- 250 each, and CLIN 0005 350 each. DELIVERY IS
CRITICAL. Days stated are after date of each delivery order. CASE A: 50
ea in 30 days, 50 ea in 45 days, 100 ea in 60 days, 100 ea in 90 days,
100 ea in 120 days, 100 ea in 150 days, and Balance in 180 days; CASE
B: 50 ea in 30 days, 50 ea in 45 days, 100 ea in 60 days, 100 ea in 90
days, 100 ea in 120 days, 100 ea in 150 days, and Balance in 180 days;
CASE C: 20 ea in 30 days, 20 ea in 45 days, 20 ea in 60 days, 20 ea in
90 days, 20 ea in 120 days, and Balance in 180 days; Case D: 25 in 30
days, 25 in 45 days, 25 in 60 days, Balance in 180 days; and CASE E: 20
ea in 30 days, 20 ea in 45 days, 40 ea in 60 days, 40 ea in 90 days,
and Balance in 180 days. Control Drawings: The contractor shall furnish
control drawings within 60 days after date of contract award, in
compliance with ASME Y14.24M. This includes commercial off-the-shelf
(COTS), non-developmental items (NDI), and contractor limited rights
items. Drawings shall contain sufficient information and detail to
enable reproduction of a physically and functionally interchangeable
item. Special Considerations: Due to the complexity of CLIN 0001-CASE
A, and the criticality of meeting the specified delivery schedule, the
Government reserves the right to have a Government Technical
Representative present during initial design and fabrication.
INFORMATION REQUIRED WITH PROPOSAL: 1) Drawings that show proposed
layout and design of the cases, to include description and
specifications of all materials used in the delivered cases. Drawings
will be in sufficient detail for the Government to evaluate quality and
design of proposed equipment. Quality and design will be critical
factors during the award/evaluation process. Therefore, detailed
drawings are mandatory for consideration. 2) Description of Management,
Production, QA, and Delivery plans. 3) Description of various processes
used during production, i.e., powder coating, painting, metal stamping,
and foam cut finishes or bonding. Evaluation Criteria: The Government
will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation
requirements is determined to provide the "best value" to the
Government on the basis of the merits of the offer and the offerors
capability, which may not necessarily be the proposal offering the
lowest price nor receiving the highest past performance rating. Past
Performance (i.e. risk) will be equal in importance to price. The
Government will assess the offeror's past performance in the areas of
quality of product or service and timeliness of performance/delivery.
Offers received will be evaluated by the Government on the basis of
price/cost and on the basis of information provided by the offeror and
information obtained from offerors customers and business associates.
Offerors shall submit dataon a maximum of 5 contracts performed by the
offeror or its proposed significant subcontractor for similar or equal
to the transit cases under this RFP performed within the past 3 years.
Data shall include a descriptive overview of item(s) provided, quantity
of each item, customer/firm's name, point of contact, title and/or
position, phone numbers, fax numbers, contract number(s), type,
indicate if prime or subcontract, start and completion date, contract
amount, contracting officer, and technical representative and provide
information on problems encountered and action taken to correct
problems on identified contracts. CAUTION: Offerors are reminded that
both independent data and data provided by offerors in their proposals
may be used to evaluate past performance. Since the Government may not
necessarily interview all of the sources provided by the offeror, it is
incumbent upon the offeror to explain the relevance of the data
provided. The Government does not assume the duty to search for data to
cure problems it finds in proposals. The burden of providing thorough
and complete past performance information remains with the offerors. In
the case of an offeror without a record of relevant past performance or
for whom information on past performance is not available, the offeror
will not be evaluated favorably or unfavorably on past performance.
Proposals that do not contain the information requested by the
paragraphs above, risk rejection or a low rating for past performance.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial
Items (Oct 1995) is hereby incorporated by reference. Offerors shall
include a completed copy of provision FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, and DFARS
252.212-7000, Offeror Representations and Certifications-Commercial
Items, with offer. Clause FAR 52.212-4 Contract Terms and
Conditions-Commercial Items, applies to this acquisition. FAR Clause
52.212-5 applies including the following clauses: 52.203-6 (Alt I),
52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.233-3, 52.242-15, 52.216-18- fill-in para (a) date of
award through three years later, 52.216-19- fill-in para. (a) 1 each,
para.(b)(1) 600 each, (2) 2500 each (3) 30 days, and 52.216-22- fill-in
para. (f) six months after expiration of contract. Clause 252.212-7001
Contract Terms and Conditions Required to Implement Statutes and
Executive Orders Applicable to Defense Acquisitions of Commercial
Items, applies to this acquisition; including the following DFARS
clauses: 252.205-7000, 252.225-7001, 252.225-7012, and 252.247-7024.
Any additional contract requirements or terms and conditions determined
by the contracting officer to be necessary for this acquisition and
consistent with customary commercial practices will be incorporated.
Signed and dated offers are due not later than 2:00 PM ET on 16 July
1998. Questions and requests for information regarding the solicitation
should be directed to Doris Peeples, Contract Negotiator, at (843)
974-5941, Code 1116DP. Note 1 applies. Offers must be received at
SPAWAR SYSTEMS CENTER, CHARLESTON (SPAWARSYSYSCEN) at one of the
following addresses (depending upon the method of shipment/delivery):
MAILED OFFERS: P.O. Box 190022, North Charleston, SC 29419-9022:
EXPRESS MAIL/COMMON CARRIER: Receiving Officer, SPAWARSYSCEN, 1639-B
Avenue "B" North, North Charleston, SC 29405-1639 (Mark For Contracts
Division, Code 1116DP); or, HAND-CARRIED OFFERS: SPAWARSYSCEN Contracts
Division, BID BOX, Bldg. 3147, One Innovation Drive, Naval Weapons
Station, Hanahan, SC 29406. All responsible sources may submit a
proposal which will be considered. Posted 07/09/98. (0190) Loren Data Corp. http://www.ld.com (SYN# 0433 19980713\81-0001.SOL)
81 - Containers, Packaging and Packing Supplies Index Page
|
|