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