Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930

U.S. Department of Justice, Immigration & Naturalization Service, 7701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247

62 -- LIGHTING FIXTURES & LAMPS SOL ACD-7-Q-0024 DUE 091997 POC Ms. Morris Whitacre, 214-767-7170. No collect calls will be accepted. The Immigration and Naturalization Service, Dallas, Texas is issuing 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; proposals are being requested and a written solicitation will not be issued. Solicitation No. ACD-97-Q-0024 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. This is a 100% Set-Aside for Small Business with a standard industrial classification code of 3648, Lighting Equipment, Not Elsewhere Classified, and a small business size standard of 500 employees. The following are the Contract Line Item Numbers (CLINs): CLIN 0001, Portable Light Tower, 9 each (guaranteed quantity to be purchased); CLIN 0002, Portable Light Tower, 1 -- 3 each; CLIN 0003, 4 -- 6 each; CLIN 0004, 6 -- 9 each. CLINs 0002 through 0004 are for additional quantities that may be ordered. The contractor shall provide a mobile light tower package that includes a water-cooled diesel engine attached to a 6000 watt or greater generator wired for 120/240 volt single phase. The package shall include four 1000 watt lights mounted to 30'or higher telescoping tower. Combined components shall be assembled on a two wheel towable trailer with a protective cabinet for engine-generator and associated components. The cabinet shall be coated with a protective corrosion resistant paint. Engine -- 10.5 or more horse power at 1800 RPM, blower type fan; electric 12 volt start and stop with glow plug preheating; low oil and high temperature shutdown; quiet type muffler with protective guard or shroud; coolant recovery system; 12 volt battery with battery lockdown; spin on oil and fuel filters; replaceable dry type air cleaner; and a fuel tank with sufficient capacity to run for at least 50 hours. Generator -- a single bearing generator with a 120/240 volt, single phase, 60 Hz, 1800 RPM minimum rate at 6000 watts or more. Control Panel -- Shall be located inside the light tower compartment; have four toggle switches, one for each floodlight, protected by 20 amp circuit breaker and time and battery charging indicator meters; Key and switch for starting and stopping; one 120 volt receptacle mounted to control panel, circuit breaker protected. Lamps -- four 1000 watt lamps with lamp life of 10,000 hours. Telescoping Tower -- 30' or more extended telescoping frame; galvanized to prevent binding, friction or rusting; 1500 pound rated material self braking winch to raises the tower; 4000 pound rated galvanized boom cable; tower that is able to rotate 360 degrees with grease fittings for the rotating device and a pop in anti-rotating mechanism and tension knob to eliminate vibrations between rotating sections. Ford Lift Attachments -- sleeves located on top of boom telescoping section, accessible from side entry; cable guide with pulley system which allows wear to the telescoping cable. Tower Electrical Cable -- a retractable cord design that is protected in the storage position; rated for 600 volts; a wiring box that is located on the outer boom section for making cord connections between the cord and the ballast system. Enclosure -- compartment is constructed of a minimum of 14 gauge sheet metal; two door design, one on each side; shall allow for enough ventilation to operate in warm to hot climates with doors closed and for ventilation of engine exhaust and radiator fan air. Galvanized Trailer Frame -- a two wheel towable design with a 3500 pound rated leaf spring axle; a frame design tongue with a 2" ball hitch for towing; 15" automotive type tires protected metal fenders; touring lights and safety chain. Outrigger system -- Three point outrigger system with bolt on galvanized sleeve sections; rear outriggers shall be adjusted for variable positioning; 1500 pound swivel jacks to support the outrigger; tower shall be ableto withstand up to 55 MPH winds from all projected angles of the floodlight when outriggers positioned. Delivery shall be to McAllen Sector Headquarters, 2301 South Main, McAllen, Texas 78503, FOB Destination. Delivery of CLIN 0001 to be within two weeks after award. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), evaluation criteria is as follows: Offeror shall submit a technical description of the product offered with quotation. Award will be made to the low, technically acceptable offeror. Also, offeror shall include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with the following additional clauses: FAR 52.216-18, Ordering (paragraph (a), so much that reads, "Such orders may be issued from date of award for a period of one year."); FAR 52.216-19, Order Limitations (paragraph (a), so much that reads, "When the Government requires supplies or services covered by this contract in an amount of less than two..."; (b)(1) "Any order for a single item in excess of 9"; (b)(2), "Any order for a combination of items in excess of 18"; (b)(3), "A series of orders from the same ordering office within ten (10) days...";; (d) "...unless that order is returned to the ordering office within five (5) days after issuance..."; FAR 52.216-22, Indefinite Quantity, paragraph (d), "Contractor shall not be required to make any deliveries under this contract after the completion of the last delivery order." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, and the following additional clauses apply to this acquisition: FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (Deviation); FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3, Buy American Act-Supplies; and FAR 52.225-18, European Union Sanction for End Products. Delivery Orders may be issued via facsimile. See Note #1. Quotes are due September 19. 1997, 4:00pm, at Immigration & Naturalization Service, ATTN: Morris Whitacre, ACDCAP, 7701 N. Stemmons freeway, Dallas, TX 75247. For information regarding the solicitation, contact Ms. Morris Whitacre, (214) 767-7170. Facsimile quotes will be accepted at (214) 767-7458. All responsible sources may submit a quotation which shall be considered.***** (0254)

Loren Data Corp. http://www.ld.com (SYN# 0251 19970915\62-0002.SOL)


62 - Lighting Fixtures and Lamps Index Page