|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001 42 -- INFLATABLE LIFE RAFTS, AIR DROP MULTI-PLACE (8 PERSON) SOL
DTCG38-99-Q-900407 DUE 091099 POC POC Peter Thomas, Contract
Specialist, (252)335-6643 or Gus Holzmiller, Contracting Officer,
(252)335-6436 This is a 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. This
announcement constitutes the only solicitation; quotations are being
requested and a written solicitation will not be issued. Solicitation
number DTCG38-99-Q-900407 is being assigned to this procurement for
tracking purposes only and this synopsis/solicitation is being issued
as a Request for Quotation (RFQ). The incorporated clauses and
provisions are those in effect through Federal Acquisition Circular
97-12. This requirement is unrestricted; the Standard Industrial
Classification Code is 3069 and the size standard is 500 employees.
Contract award will be made utilizing the simplified acquisition
procedure test program. The Coast Guard seeks to award a contract for
the procurement of fifty (50) each inflatable life rafts (air drop),
multi-place eight (8) person, to Switlik Parachute Company, Model No.
POD-8, or equal. The rafts shall be manufactured from heat-seal-able
polyether polyurethane-coated cloth using radio frequency welding or
similar heat-sealing techniques. The rafts shall be a commercial off
the shelf item with minor modifications that meet or exceeds the
minimum requirements of Federal Aviation Administration Technical
Standard Order C70a (TSO C70a) Type II as modified by the following
requirements: General: The raft shall be a single tube, non-reversible,
octagonal shaped construction with an inflatable thermal insulating
canopy. The buoyancy tube shall be divided into two independent air
holding chambers separated by internal sleeves. In the event that one
air holding chamber is deflated, the sleeves shall automatically expand
to regain all of the raft's original shape and floor area to support
the rated number of occupants out of fresh water with a freeboard of at
least six inches. The raft shall be equipped with a one-piece,
multi-chambered, toroidal water stability device, weighted for rapid
deployment. The dry raft without carry case or equipment pack shall
have a maximum weight of 66.50 pounds. The outside diameter shall be
93.00 +/- 1.0 inches. The buoyancy tube diameter shall be 14.25 +/- .25
inches. Construction: All air holding chambers, the floor-to-buoyancy
tube junction seam and all load bearing patches shall be constructed
using radio frequency welding or similar heat seal welding techniques
and shall not require the use of adhesives to seal or join. The
canopy-to-buoyancy tube attachment may be cemented. The buoyancy tubes
and floor attachments shall be constructed with 0.75-inch overlap
seams that are taped inside and out. All canopy seams shall be air
holding and waterproof. All load-bearing patches shall be constructed
such that the failure of any load-bearing patch does not violate any
air holding chamber. Rated Capacity: The raft shall be designed to
support eight (8) persons with an average weight of 200 pounds each.
The raft shall have a minimum of 3.0 square feet per person usable
floor space, and 14.7 inches of horizontal and 8.0 inches of vertical
back support per person. The inflated volume shall be 3.25 cubic feet
per person for a total of 200 pounds buoyancy per person in fresh
water. Material: The buoyancy tube and floor shall be constructed from
a high strength cloth double coated with polyether based polyurethane.
The coated cloth shall comply with the performance characteristics of
the US Marine Safety Association (USMSA) Alternative Performance
Specification for Coated Cloth used on Inflatable Life Rafts as
modified by FAA TSO C70a. The double-coated cloth shall be colored
Spanish yellow by use of pigmented coatings. All material (except metal
components) used in the construction of the life raft must have been
manufactured not more than 18 months prior to the date of delivery of
the finished product. Material certification showing tractability to
the original manufacturer and date of manufacture shall be provided
with the finished product. All material shall meet the flammability
requirements of FAR 25.853(b)-3. Buoyancy Tube Inflation: The raft
shall be inflated with dry air using a 3000 psi inflation system with
one independent system for each buoyancy tube air chamber. The
inflation systems shall have ball-pull/unbalanced piston release valves
that shall not require the use of cams, springs or other mechanical
means to release the stored gas. The valves shall have provision to
vent any gas that leaks past the primary seal to prevent that gas from
getting into the packed raft. Upon actuation, the vent shall
automatically close to prevent gas from leaking from the inflated raft.
The inflation systems shall have analog pressure gauges. The buoyancy
chambers shall be equipped with pressure relief valves and manual
inflation valves. Manual emergency inflation shall be accomplished with
a hand pump with a press fit insertion attachment. Canopy: The canopy
shall be furlable and permanently attached around the base to the
buoyancy tube. The inside color of the canopy shall be blue-black. The
outside of the canopy shall match the color of the buoyancy tube. The
canopy shall consist of six (6) independent tufted construction
inflatable segments. The canopy segment inflation systems shall be
manually actuated separately from the buoyancy chamber inflation
systems. Puncture of the buoyancy tubes shall not cause a loss of air
in any of the canopy segments and vice versa. The canopy inflation
systems shall be located and configured such that survivors upon entry
to the raft can easily identify and operate them. Two (2) canopy
segments shall be joined to each other to form one large canopy
section. The remaining four (4) segments shall be joined to each other
forming a larger canopy section such that when the individual segments
are inflated, the canopy sections shall stand-up without any additional
support structure to provide partial cover for the occupants. The two
sections of the canopy shall be capable of being fastened together to
fully cover and enclose the occupants with dual coil type slide
fasteners capable of being operated from either side of the opening.
The outer seams of the canopy sections shall be bound with
retro-reflective tape. Water Ballast: The life raft shall be equipped
with a toroidal water stability device, divided into eight separate but
connected chambers holding a minimum of 26 cubic feet of water ballast.
Each chamber shall be weighted for rapid deployment. The water ballast
device shall be located along the maximum outboard circumference of
the raft, and shall be constructed of a strong lightweight material to
facilitate tight storage pack configurations. Boarding Aids: The raft
shall be equipped with eight boarding ladders, one ladder attached
with heat sealed patches to each octagonal section of the raft buoyancy
tube. The rungs of the boarding ladders shall have stiffening to
facilitate their use by survivors. The raft shall be equipped with
boarding handles positioned such that an unaided survivor wearing
either a SOLAS or FAA type life preserver and gloves can climb into or
unto the raft should it become overturned. Lifelines and Grasp Lines:
The raft shall be equipped with lifelines, attached to the outside of
the buoyancy tube with heat sealed anchor patches, positioned to
permit a survivor in the water to move around the outside of the raft,
regardless of whether the raft is right side up or upside down. The
raft shall also be equipped with inside grasp handles, attached to the
raft with heat sealed patches for the survivors to hold onto. The raft
shall be equipped with a righting strap. The righting strap shall
permit a person weighing less than 165 pounds to right the raft
unassisted. Handling Equipment: The life raft shall be equipped with a
towing bridle, heaving line, mooring line and sea anchor. The towing
line shall be at least 25 feet in length and have a breaking strength
of 1000 +/- 100 pounds attached to the towing bridle. The towing bridle
shall be attached to one end of the raft with two heat sealed patches
of sufficient strength to permit towing at a speed of 5 knots. Failure
of the towing bridle shall not breach the air holding integrity of the
raft. The towing system shall not permit the inflated raft to be pulled
under water without releasing the raft. The heaving line shall be 50
feet in length and shall be located adjacent to the mooring line. It
shall be a floating type line with a floating ring on the end. The sea
anchor shall be attached to the end of the raft opposite the towing
bridle. It shall be equipped with a swivel and shall be self-deploying.
Lighting: The raft shall be equipped with a water-activated light that
is activated automatically upon inflation of the raft. It shall be
located adjacent to the mooring and heaving lines inside the raft.
Retro-Reflective Tape: Retro-reflective tape shall be installed on the
raft in a cross shape on top of the canopy, on the inside floor and on
the bottom of the raft. Each cross shall contain not less than 196
square inches of SOLAS grade silver retro-reflective material. Strips
2 inches wide shall beplaced at the bottom edge of the canopy around
the periphery. Markings: Each raft shall have an information label that
contains the following information: manufacturer; serial number; part
number; date of manufacture. Each life raft shall be identified with a
manufacturer assigned, unique, sequential, serial number. Rafts shall
be shipped f.o.b. destination to any of the following locations:
BALTIMORE MD 21226; CAPE COD MA 02542; CORPUS CHRISTI TX 78419; MIAMI
FL 33054; SAN DIEGO CA 92101; MOBILE AL 36608, therefore, the offeror's
proposal should reflect the price for each "ship to" location. Delivery
is requested ninety (90) days after contract award. Packaging, packing,
and preservation shall be in accordance with best commercial practices
to enable shipments to designated Coast Guard units. Labeling data
shall be attached to the outside of the shipping container. Facsimile
offers are acceptable and may be forwarded via fax number 252-335-6840.
Potential contractors, who currently manufacture a commercial item that
with minor modifications will meet the requirements of this
specification and who are interested in responding, shall submit one
sample raft for evaluation by 7 September 1999. The sample will be
examined on a pass/fail basis for conformance with all the requirements
of this solicitation. Each submission shall include written
certification that the sample submitted is representative of the
quality and design that will be provided upon contract award, and that
the sample meets all the requirements of this specification. Any
proprietary data in the responses will be protected where so
designated. All responses must reference this quotation number on both
the mailing envelope and all enclosed documents and samples. This
solicitation contains the best currently available information and is
subject to change. The solicitation does not commit the Government to
award a contract. Award will be made to that offeror whose commercial
product meets or exceeds all the requirements of this solicitation, and
proposes the lowest overall price. Note: The Government reserves the
right to contact any potential source of information regarding an
offeror's past performance. Offeror's are instructed to include a
completed copy of FAR provision 52.212-3, Offeror Representations and
Certifications Commercial Items (June 1999) with their offers. Offerors
that do not have access to these certifications may request a copy from
the point of contact reference above to obtain them. The following FAR
provisions and clauses apply to this solicitation and are incorporated
by reference: FAR 52.212-1, Instructions to Offerors Commercial Items
(June 1999); FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Commercial Items (May 1999); FAR
52.203-6, Restrictions on Subcontractors Sales to the Government (Jul
1995), Alternate I, (Oct 1995); FAR 52.219-8, Utilization of Small,
Small Disadvantaged and Women-Owned Small Business Concerns (Jan 1999);
FAR 52.219-23, Notice of Price Evaluation Adjustment for Small
Disadvantaged Business Concerns (Oct 1998) Alternate I (Oct 1998); FAR
52.222-26, Equal Opportunity (Apr 1984); FAR 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era Veterans (Apr 1998); FAR
52.222-36, Affirmative Action for Workers with Disabilities (June
19998), FAR 52.222-37; Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Apr 1998), FAR 52.225-3, Buy American Act
Supplies (Jan 1994); FAR 52.233-3, Protest After Award (Aug 1996),.
FAR 52.212-4 applies and is tailored as follows: FAR 52.203-3
Gratuities (Apr 1984); FAR 52.203-8, Cancellation, Rescission, and
Recovery of Funds for Illegal or Improper Activity; FAR 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997);
FAR 52.203-12, Limitation on Payments to Influence Certain Federal
Transactions; FAR 52.204-4, Printing/Copying Double-Sided on Recycled
Paper (Jun 1996); FAR 52.211-15, Defense Priority and Allocation
Requirements (Sep 1990); FAR 52.243-1, Changes-Fixed Price (Aug 1987)
Alternate I (Apr 1984); FAR 52.245-1, Property Records (Apr 1984); FAR
52.247-34, F.o.b. Destination (Nov 1991). Defense Priorities and
Allocations System Rating: DO-A1. Notice to Offerors: It is the policy
of the Coast Guard to issue solicitations and make contract awards in
a fair and timely manner. To further this policy, the Commandant has
created the position of Solicitation Ombudsman who is empowered to
investigate issues raised by prospective offerors and resolve them,
where possible, without expensive and time-consuming litigation.
Potential offerors who believe that a Coast Guard solicitation is
unfair or otherwise defective should first direct their concerns to the
cognizant contracting officer. If the contracting officer is unable to
satisfy the concerns, the offeror should then contact the Coast Guard
Solicitation Ombudsman at the following address: Commandant
(G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593. Telephone
(202)267-2285; Fax No. (202)267-4011. Potential offerors should provide
the following information to the Ombudsman in order to ensure a timely
response: solicitation number, contracting office, contracting
officer, and solicitation closing date. ATTENTION: Minority,
Women-Owned and Disadvantaged Business Enterprises(DBEs)! The
Department of Transportation (DOT), Short-Term Lending Program (STLP)
offers working capital financing in the form of lines of credit to
finance accounts receivable for transportation related contracts.
Maximum line of credit is $500,000 with interest at the prime rate. For
further information, call (800)532-1169. Internet address:
http://osdbuweb.dot.gov. Posted 08/18/99 (W-SN369497). (0230) Loren Data Corp. http://www.ld.com (SYN# 0247 19990820\42-0001.SOL)
42 - Firefighting, Rescue and Safety Equipment Index Page
|
|