Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,1996 PSA#1649

Regional Contracting Department (Code 201.CC), Fleet and Industrial Supply Center, Box 300, Pearl Harbor, HI 96860-5300

72 -- RAISED FLOOR TILES/CARPET SQUARES SOL N00604-96-R-0066 DUE 081696 POC Contact Point: Caren Chun-Esaki, 808/474-2397, ext 217, Contract Specialist, Robert S. Kay, Contracting Officer This solicitation is unrestricted; all responsible sources may submit a proposal. 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; proposals are being requested and a separate written solicitation will not be issued. Solicitation No. N00604-96-R-0066 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-10. The standard industrial code is 2273 and the business size standard is 500 employees. This requirement is for a fixed priced contract for nine (9) line items as follows: LOT 1, Line item 0001: Qty-1521 Each; Item description: Raised floor tiles, Tate Concore SF 1250 or equal, 24'' X 24'', cementitious -filled, non-combustible steel panels, flat cold-rolled steel top sheet, die-formed and stiffened bottom panel, resistance welding for enclosed assembly, four positioning holes for carpet tile applica- tion, panels must fit into existing Tate understructure; Structural performance per CISCA A/F: Concentrated load-1250 lbs., Rolling-load -1000 lbs., Ultimate load-3850 lbs., Uniform load-250 lbs., Impact load-150 lbs.; Line item 0002: Qty-1871 Each; Item description: Carpet tiles, REMOVABLE, Tate Panelmate II or equal, 24'' X 24'', Color-Royal Air Force blue, monolithic, die cut, two-ply cable twisted heather loop yard construction, four positioning buttons for installation, Pile weight-28 oz., Pile height-.093''-.156'', Electrical Resistance NFPA 99-2.5 X 10 Ohms minimum and 1.0 X 10 Ohms maximum, Backing system-dissipative PVC tile with fiberglass reinforced scrim, Total weight-130 oz.; Line item 0003: Qty-15 Each; Item description: Raised floor tile, Tate Concore SF 1250 or equal, 24'' X 24'', 1/8'' high pressure laminate, Color-Off-white with tan marbling, cementitious-filled, non-combustible steel panels, flat cold-rolled steel top sheet, die-formed and stiffened bottom panel, resistance welding for enclosed assembly, panels must fit into existing Tate understructure; Structural performance per CISCA A/F: Concentrated load-1250 lbs., Rolling-load-1000 lbs., Ultimate load-3850 lbs., Uniform load-250 lbs., Impact load-150 lbs.; Line item 0004: Qty-600 Each; Item description: Labor to cut (dislodge) perimeter tiles; Line item 0005: Item description: Disposal of all replaced floor tiles; LOT 2, Line item 1001: Qty-2400 square feet; Item description: Raised floor tiles, Tate Concore SF 1000 or equal, 24'' X 24'', cementitious-filled, non-combustible steel panels, flat cold-rolled steel top sheet, die-formed and stiffened bottom panel, resistance welding for enclosed assembly, four positioning holes for carpet tile application, panels must fit into existing under- structure; Structural performance per CISCA A/F: Concentrated load- 1000 lbs., Rolling-load-800 lbs., Ultimate load-3300 lbs., Uniform load-250 lbs., Impact load-150 lbs; Line item 1002: Qty-2400 square feet; Item description: Remove and install raised floor tiling, including complete vacuum of subfloor; Line item 1003: Qty-600 Each; Item description: Carpet tiles, REMOVABLE, Tate Panelmate II or equal, 24'' X 24'', Color-Sterling Tweed, monolithic, die cut, two-ply cable twisted heather loop yard construction, four positioning buttons for installation, Pile weight-28 oz., Pile height-.093''- .156'', Electrical Resistance NFPA 99-2.5 X 10 Ohms minimum and 1.0 X 10 Ohms maximum, Backing system-dissipative PVC tile with fiber- glass reinforced scrim, Total weight 130 oz.; Line item 1004: Qty 20 each; Item description: Fabricate cutouts in floor panels to accommodate cable penetrations and service outlets and fit with manufacturer's standard grommets. Delivery and completion of LOT 1 & LOT 2 is required within 70 days after award of contract to be delivered FOB Destination to: LOT 1 -Defense Information Systems Agency, Pacific, Bldg. 547, Wheeler Army Airfield, HI 96854-5120; LOT 2-Defense Regional Processing Center, Pacific, Bldg. 475, 3rd floor, Pearl Harbor, HI 96860-5300. Acceptance shall be made at destination. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52-212-1: Paragraph (b) (4), Technical Description -Substitute ''Descriptive literature'' for ''technical description.''; Paragraph (c), Period for acceptance of Offers-Substitute ''45 cal days'' for ''30 calendar days''. Paragraph (h), Multiple awards-Delete entire paragraph. Substitute ''Award. The Government plans to award a single contract resulting from this solicitation.'' Offerors are required to complete and include a copy of the follow- ing provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212- 7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252-225-7000, Buy American Act and Balance of Payments Program Certificate; DFARS 252.233-7000, Certification of Claims and Requests for Adjustment or Relief. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Addendum to FAR 52-212-4: Paragraph (o) Warranty-Add: ''Additionally, the Government will accept the contractor's commercial warranty.'' Add the following addendum clause, FAR 52.211-5, New Material; and provisions: FAR 52.215-18, Facsimile Proposals; DFARS 252.210-7000, Brand Name or Equal. The clause at FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government- Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Con- cerns and Small Disadvantaged Business Concerns; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program; FAR 52.225-18, European Union Sanction for End Products; FAR 52.247-64, Preference for Privately-Owned U.S.-Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acqui- sitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.219-7006, Notice of Evaluation Preference for Small Disadvantaged Business Concerns- Alternate I; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.227-7015, Technical Data--Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are con- sidered unacceptable and not capable of being made acceptable without major rewrite or revision. Proposals must be received no later than 5:00 p.m. Hawaiian Standard Time, 16 August 1996. Proposals should be mailed to: Regional Contracting Department, Fleet and Industrial Supply Center, Bldg. 475, 2nd deck, Pearl Harbor, HI 96860-5300. Facsimile proposals will be accepted at 808/471-5750. (0212)

Loren Data Corp. http://www.ld.com (SYN# 0508 19960731\72-0001.SOL)


72 - Household and Commercial Furnishings and Appliances Index Page