Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1998 PSA#2169

Fleet and Industrial Supply Center, Norfolk Washington Detachment 901 M.Street, S.E. Bldg. 200 4th Flr., Washington Navy Yard, Washington, DC 203

20 -- SHIP AND MARINE EQUIPMENT SOL N00600-98-Q093 DUE 091398 POC Denese Henson at (703) 697-3263 or fax (703) 697-9219 This is 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. ii This solicitation number is N00600-98-Q093. iii the solicitation document is issued as a Request for Quotation (RFQ). iv The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4 and Defense Acquisition Circular 91-12. this is 100% small Business Set-Aside. v the SIC code is 3812 with corresponding size standard of 500. If no response is received from a small business, this RFQ will be issued on an unrestricted basis without further notice. vi Clin 0001, G-800 Marine cesium sensor/counter tow body (quantity 1 each). Clin 0002, G-880 Marine magnetometer tow cable (152 meters) (quantity 1 each). Clin 0003, G-880 Marine magnetometer power supply and power data junction box (quantity 1 each). Clin 0004, G-880 on board cable (50ft) (quantity 1 each). viiClin 0001 G-880 Marine cesium sensor/counter tow bodu assembly. Includes high sensitivity cesium sensor and sensor driver electronics with cm-201 Larmor counter module installed in individual pressure vessels rated at 2000 psi (4500 ft depth). Pressure vessels have an interconnecting cable and are installed in a non-magnetic nose towed free flooded body approx. 4" in diameter by 8 ft. in length with fin assembly and stabilizer weight. System includes an internal mounting structure for cesium sensor to allow any orientation for proper active zone alignment in any latiude. Includes measurement of depth with nominal 1 ft resolution (quantity 1 each). Clin 0002 Marine magnetometer tow cable. Provides 152 meters (500 ft) length, 0.48" O.D. with kevlar strain member having 4,000 lbs breaking strength. cable includes two #14 conductors and three #22 conductors with polyurethane jacket. Cable is terminated on both ends for attachment to cesium sensor assembly and on board power/signal cable. tow cable may be up to 457 m (1500 ft) length. PN: 25506-03 kit. (quantity 1 each). Clin 0003 G-880 Marine magnetometer power supply and power data junction box. Provides 115/220 VAC to nomminal 28 VDC @ 2 amps to power the magnetometer and associated electronics through cables to length of 500 m. Includes current limiting, and short circuit protection. Also includes Power Data Junction box to split out RS-232 data to logging computer. PN:24810-2 (supply and PN: 24870-01 junction box, (quantity 1 each). Clin 0004 G880- On-board cable, 50 ft in length. Includes 15 meters (50ft) special multi-conductor cable with connectors on each end for attachment to tow cable and g-880 magnetometer power supply, and passes both power and RS-232 digital signals, PN 25563-01 kit (quantity 1 each). viii The Ship to address will be Naval Historical Center, 901 M. street, S.E., Washington Navy Yard, Building 44-2, Washington, DC 20374. Acceptance will be at destination within stated working days after receipt of sensors. ix Offerors shall comply with FAR 52,212-1. In addition to complying with 52.212-1, offerors that are propsing an or-equal product should submit information reqarding there products (i) compatibility, (ii) physical dimensions, and (iii) ease-of-use. x Offers wil be evaluated in accordance with 52.212-2. The factors used to evaluate offers are (in descending order or importance): (i) price and (ii) technical capability of the item offered to meet the government's requirements. xi Offerors are to include a ompleted copy of the FAR provision 52,212-3 and DFARS provision 252.212-7000 with its proposal. The following terms and conditions are added as a addeda to this clause: TYPE OF CONTRACT. The resulting contract will be a firm-fixed price type contract. STANDARD COMMERCIAL WARRANTY. The contractor shall extend to the Government the full coverage of any standard commercial wearranty normally offered in a similar commercial sale, provided such warrant does not waive the Government's rights under the "Inspection" clause nor does it limit the Governments rights with reqard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon delivery of the items listed in the Schedule. The offeror shall submit a copy of its standard commercial warranty (if applicable) with its offer. Packing material. the usr of shredded paper, whether newspaper, office scrap, computer sheets, or waxed papaer, in packing materials for shipment to Navy Activities, is prohibited. PACKING. Supples shall be prepared for shipment in accordance with the manufacturer's best commercial practice to reach the ultimate destination undamaged. xii FAR 52.212-4, 52.212-5 and DFAR 252.212-7001 aplies to this acquisition and resulting contract. FAR 52.212-5 paragraphs (a), (b)(1), (b)(2), (b)(3); (b)(6); (b)(7), (b)(8), (b)(9) and (d) and (e) apply. xiii Proposals should be received by 12 September 1998 by 3:00 p.m. local tme at FISC Norfolk Detachment Washington, Customer Service Center, 901 M. street., Washington Navy Yard, Building 200, 4th Floor, Washington, DC 20374-5014. Proposals may alternately be faxed to the attention of Denese Henson @ (703) 697-9219, however the Government will not be responsible for late proposals due to mechnical failures of the fax machines or busy phone lnes. A fax proposal will be counted timely if the fax machine began receiving it prior to the deadline. For questions reqarding this specific acquisition contact Denese Henson on (703) 697-3263. Offerors must acquaint themselves with the NEW regulations concerning commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as called for in this synopsis/solicitation Posted 08/26/98 (W-SN242125). (0238)

Loren Data Corp. http://www.ld.com (SYN# 0229 19980828\20-0003.SOL)


20 - Ships and Marine Equipment Index Page