Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160

National Interagency Fire Center, Bureau of Land Management, 3833 S. Development Avenue, Boise, ID 83705-5354

16 -- LIGHTWEIGHT CARGO NET FOR HELCIPTER SLING USE SOL R220Q980022 DUE 091598 POC RuthAnn Smith, Contract Specialist, vouce: 208-387-5546; fax: 208-387-5574 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, supplemented with additional information in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. This solicitation is a request for quotation (RFQ); the solicitation number is #R220Q980022. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. The Federal Acquisition Regulation is available in full text on the Internet at http://www.arnet.gov/far. This solicitation is reserved for small business. The applicable standard industrial classification code is 3089 Plastic Netting, and the small business size standard is 500 employees. The list of contract line item numbers, items, quantities, and units are as follow: CLIN 001 lightweight cargo net, first article -- 1 EA @ N/C (cost included in CLIN 002); CLIN 002 lightweight cargo net (NFES 0795) -- 800 EA; and CLIN 003 lightweight cargo net, additional quantities -- same unit price as CLIN 002. The Government shall order a minimum of 800 nets. The closing time and date for this solicitation is 4:30 P.M. MDT on September 15, 1998. Quotations shall be submitted to the Acquisition Management Office at the National Interagency Fire Center, Bureau of Land Management, 3833 South Development Avenue, Boise, ID 83705-5354. This solicitation is for a firm fixed-price indefinite-delivery indefinite-quantity contract for lightweight cargo nets. The maximum value of this contract shall not exceed $100,000. This contract shall be effective from the date of award through December 31, 1999, or until the total value of all orders issued reaches $100,000, whichever occurs first. The Contractor shall furnish a lightweight cargo net for use in transporting freight suspended beneath helicopters, permitting delivery of supplies without landing. The cargo net shall be constructed of lightweight synthetic cord assembled in a mesh with a perimeter rope to enclose freight within the mesh. The synthetic cord shall have the following characteristics: (a) 1,500 pound (3,300 kg) minimum ultimate breaking strength; (b) 600 pound (1,320 kg) proof test; and (c) 300 pound (660 kg) working load. The cargo net perimeter rope shall be made of nylon or Dacron and treated for abrasion resistance by a minimum of two coats of solvent-carried polyurethane, 20 to 30 percent solids, or equal. The perimeter rope shall be divided into at least two segments of equal lengths to allow shortening of the line when the top of the net is closed. The perimeter rope is used to attach the net to a Government-furnished cargo swivel. Net construction may be of any polygonal shape, round or oval. The size of the net shall be ten feet (3.1 m) minimum to twelve feet (3.7 m) maximum diameter or side dimension. The only allowable movement of the intersecting cords (mesh) shall be such that the distance between centers of adjacent intersections shall not exceed four inches (102 mm) with no additional tolerance. If thimbles are used in the construction of the net, they must not crack or deform when stressed to a working load of 600 pounds (1,320 kg). Each net assembly shall be marked with a permanently stamped or embossed metal or durable plastic identification tag showing working load and date of proof test, name of manufacturer, and date of manufacture. In addition, the identification tag or an additonal tag shall have an area for the Government to enter the date the cargo net is first placed in service. The tag(s) shall be securely attached to the net assembly. Each cargo net shall be packaged in a square-shaped single-wall regular-slotted corrugated fiberboard carton with a bursting strength of 125 PSI. The carton shall have four flaps on top and on bottom with the outer flaps meeting when closed. The size of each carton shall be such that the air space above each net does not exceed 1/2 inch (1.27 cm). The initial award shall be for the first article cargo net. The first article report shall include a description of the cargo net design and a materials listing. All further orders for cargo nets shall be placed by delivery orders at the unit price shown for CLIN 002. The authorized ordering agency is the National Interagency Fire Center. Delivery orders may be placed orally with the Contractor, provided they are confirmed in writing. Delivery orders may be placed by facsimile or by electronic commerce methods. Other than the minimum quantity of 800 EA nets, the following limits are applicable to individual delivery orders: (a) minimum quantity: 10 EA; (b) maximum quantity: 100 EA. Each delivery order shall contain the following information: (a) date of order; (b) ordering person and telephone number; (c) contract number and delivery order number; (d) delivery date and location; (e) accounting and appropriation data; and (f) applicable electronic payment information. The cargo nets shall be delivered F.O.B. Destination to the following address: National Interagency Fire Center, Bureau of Land Management, Great Basin Fire Cache, 3833 South Development Avenue, Boise, ID 83705-5354. Delivery schedule shall be (a) for minimum 800 EA: 200 EA within 30 calendar days of Government acceptance of the first article report; 300 EA within the next 45 calendar days, and 300 EA within the next 45 calendar days; and (b) for additional delivery orders, up to 100 EA within 30 calendar days of the delivery order issuance date. Upon delivery, each cargo net shall be visually inspected by the Government for compliance with these contract specifications. No cargo net shall be accepted that does not comply with the specifications. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR clause 52.209-3, First Article Approval -- Contractor Testing, Alternate I, applies to this acquisition; insert the following information: (a) 1 unit(s); Lot/Item 1; 7 calendar days; (b) 30 calendar days; to the same address as the delivery address; 7 calendardays. FAR clause 52.216-18, Ordering, applies to this acquisition; insert the following information: (a) from date of award through December 31, 1999. FAR clause 52.216-19, Order Limitations, applies to this acquisition; insert the following information: (a) less than 10 EA; (b) in excess of 100 EA; in excess of 100 EA; within 7 calendar days; (d) within 3 calendar days. FAR clause 52.216-22, Indefinte Quanity, applies to this acquisition; insert the following information: (d) January 31, 2000. A Contracting Officer's Representative (COR) may be designated upon award of the contract. The COR can clarify technical requirements, administer the technical aspects of the contract, and review and approve authorized work which is clearly within the scope of the contract. This individual will not be authorized to in any way change or modify the scope of the contract. An original invoice and one copy shall be submitted for each delivery to the delivery address upon Government acceptance of the cargo nets. Payment under this contract may be made by the Government by electronic funds transfer through the Treasury Fedline Payment System (FEDLINE) or the Automated Clearing House (ACH). The Government reserves the right to make any or all payments under this contract with the Government-wide purchase card. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses in the first section are applicable: #6, #8, #9, and #10. The provision at FAR 52.212-1, Instructions to Offers -- Commercial Items, applies to this acquisition. The Government shall award a contract resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, will provide the best value to the Government, price and other factors considered. The following factors, listed in the order of their relative importance, shall be used to evaluate quotations: (1) price, based upon the minimum quantity of 800 EA; and (2) past performance, based upon a brief description from the quoter of their experience in manufacturing and testing similar products. Quotations shall be submitted on all contract line items; only one award is anticipated. Facsimile quotations may be submitted as responses to this solicitation. These responses must arrive in the NIFC Acquisition Management Office by the closing date and time. Facsimile quotations that fail to furnish required representations or information, or that reject any of the terms, conditions, and provisions of the solicitation may be excluded from consideration. Facsimile quotations must contain the required signatures. The Government reserves the right to make award solely on the facsimile quotations and also without discussions. The telephone number of receiving facsimile equipment is 208-387-5574. If a quoter chooses to transmit a facsimile quotation, the Government will not be responsible for any failure attriburable to the transmission or receipt of the facsimile quotation. Quoters are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quotation. Quoters shall indicate if they do or do not accept VISA and MasterCard orders. Note #1 applies to this acquisition. The individual to contact for information regarding this solicitation is RuthAnn Smith, Contract Specialist, voice: 208-387-5546 or fax: 208-387-5574. Posted 08/13/98 (W-SN236543). (0225)

Loren Data Corp. http://www.ld.com (SYN# 0275 19980817\16-0018.SOL)


16 - Aircraft Components and Accessories Index Page