Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164

DOT -- Maritime Administration, 201 Mission Street, Room 2200, San Francisco, CA 94105

20 -- SINGLE PIVOT GRAVITY DAVITS ON GOLDEN BEAR SOL DTMA94-98-Q-00003 DUE 091598 POC Pat Russo, (415) 744-2593. To expedite requests use fax number, (415) 744-2576. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number is DTMA94-98-Q-00003. The solicitation is issued as a Request for Quotation (RFQ), and will result in a firm fixed price contract. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. (iv) This is a small business set-aside standard industrial classification code (SIC) 3536, small business size standard 500 employees. (v) There is one contract line item number, 0001, Single Pivot Gravity Davits, Type -- SPG(VL) 27/15 -- 2 Sets., one job. (vi) Description. The Maritime Administration maintains the Golden Bear, a 10,930 ton, 499 foot midshipman training ship, homeported atthe California Maritime Academy in Vallejo, CA. There is a requirement to provide Single Pivot Gravity Davits -- 2 Sets.; Schat-Harding Type-SPG(VL) 27/15 or equal. Following are salient characteristics: Davit Sets for Watercraft 9.4M Totally Enclosed Lifeboat (TELB); Capacity -- 69 persons; Weight Load 12050 Kg; Approximate weights -- 5000 KG per set of Davits, 1500 KG per winch; Inspection and Test to present standards of SOLAS '83 with USCG certification; Motor hoisting speed- 6m/Min. Each Davit complete with: arm with keel side stops; stand/stools; horizontal beam between stands; floating blocks; floating block stops; lead sheaves on davit system with bronze bushings; galvanized steel wire falls; normal gripe fittings; suspension chains; back stop links; alemite grease fittings; falls adjustment. Deck mounted electric boat winch complete with: Deadman type holding brake; centrifugal brakes to control speed of lowering under gravity; non-rotating crank handle (in lowering direction); automatic hollow pinion couplings; all mechanical parts totally enclosed and gearing running in an oil bath; remote control into boat. Electrical equipment comprises: One (1) deck watertight motor for hoisting with the following specifications: high torque 440 volts AC 3-Phase 60 Hz, 25 hp; single direction; single speed. One (1) starter Nema 4X (deck mount) to suit above complete with direct-on-line; automatic type with isolating switch. Two (2) deck watertight limit switches (one on each davit arm to prevent over hoisting). One (1) crank handle protection switch per winch, minimum enclosure protection NEMA-4. Following spares are included per set of electrical equipment -- For Motor -- One (1) set of bearings; For Starter -- One (1) set of contacts; one (1) coil. Exposed steel parts of davits and winches are shotblasted to SA2.5 (SSPC-10) standard and painted with one coat of Zinc Silicate Primer. Floating blocks, sheaves, and wire rope fittings are galvanized. Electrical components are provided with suppliersstandard paint. (vii) Davits shall be provided, including final inspection and acceptance, NLT 120 days from date of contract award or notice to proceed, whichever is later. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 1997) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: (1) Award shall be made to the lowest responsive and responsible offeror based on total price. There are no option items. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. 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. (End of provision). (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637(d) (2) and (3)). 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). 52.222-26, Equal Opportunity (E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52-222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-3, Buy American Act-Supplies (41 U.S.C. 10); 52.225-18, European Union Sanction for End Products (E.O. 12849); 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241).; (xiv) Commerce Business Daily numbered not one (1). (xv) Offers are DUE 1200 NOON (LOCAL) on SEP 15, 1998, DELIVERED to the Maritime Administration, 201 Mission Street, Suite 2200, Attn: P. Russo, San Francisco,CA 94105. (xvi) The point of contact for this requirement is Ms. Patricia Russo, (415) 744-2593. Posted 08/19/98 (M-SN238938). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0257 19980821\20-0002.SOL)


20 - Ships and Marine Equipment Index Page