Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392

68 -- OXYGEN AND STORAGE UNITS SOL N00189-98-R-0071 DUE 052998 POC Mrs. Lovato Ahmad, Contract Specialist, 757/443-1356 This is a combined synopsis/solicitation for commercial items prepared i/a/w the format prescribed in Subpart 12.6 of the FAR, as supplemented with add'l info included in this notice. This announcement constitutes the request for quote for the required items. Proposals are hereby requested under RFP N00189-98-R-0071 a subsequent solicitation document will not be issued. FISC Acquisition Group Norfolk intends to purchase, on a full and open competitive basis, the following items: Lot I period of performance 15 June 1998 thru 30 September 1998 -- 1001) Oxygen and Storage Units, 1001AA) Dry Breathing Oxygen, 02, qty 13,500,000 CF. 1001AB) One each -- 6000 Gallon Tank (Primary) qty 7 MO. 1001AC) One each -- 1500 Gallon Tank (Reserve) qty 7 MO. Total Amount for Lot I. Lot II period of performance 01 October 1998 thru 30 September 1999 -- 2001) Oxygen and Storage Units, 2001AA) Dry Breathing Oxygen, 02, qty 13,500,000 CF. 2001AB) One each -- 6000 Gallon Tank (Primary) qty 12 MO. 2001AC) One each -- 1500 Gallon Tank (Reserve) qty 12 MO. Total Amount for Lot II. Lot III period of performance 01 October 1999 thru 30 September 2000 -- 3001) Oxygen and Storage Units, 3001AA) Dry Breathing Oxygen, 02, qty 13,500,000 CF. 3001AB) One each -- 6000 Gallon Tank (Primary) qty 12 MO. 3001AC) One each -- 1500 Gallon Tank (Reserve) qty 12 MO. Total Amount for Lot III. Lot IV period of performance 01 October 2000 thru 30 September 2001 -- 4001) Oxygen and Storage Units, 4001AA) Dry Breathing Oxygen,02 qty 13,500,000 CF. 4001AB) One each -- 6000 Gallon Tank (Primary) qty 12 MO. 4001AC) One each -- 1500 Gallon Tank (Reserve) qty 12 MO. Total Amount for Lot IV. Lot V period of performance 01 October 2001 thru 30 September 2002 -- 5001) Oxygen and Storage Units, 5001AA) Dry Breathing Oxygen, 02, qty 13,500,000 CF. 5001AB) One each -- 6000 Gallon Tank (Primary) qty 12 MO. 5001AC) One each -- 1500 Gallon Tank (Reserve) qty 12 MO. Total Amount for Lot V. 2. The salient characteristics are as follows: The contractor shall provide Dry Breathing Oxygen, Storage Units all connecting piping and appurtenances, located at Building 2, Acute Care Facility, as required by the Naval Medical Center (NAVMEDCEN-Ports.), Portsmouth, Virginia in accordance with the following specifications: 2.1 Storage units provided under items 1001 through 5001AC and all option years shall be of a permanent type installation for cryogenic liquid oxygen. This will be a installation without prior usage. The storage tanks will require an initial oxygen supply for system testing and maintained at a minimal level until building occupancy. Full building occupancy is scheduled between June and November of 1998. The storage unit shall be a stationary type that can be filled from a delivery truck without being removed from the storage area. 2.2 Items 1001AA through 1001AC and all option years shall be provided with all necessary equipment for connections to the Government owned piping distribution system. The connection consists of three inches (3") copper pipe with a quarter (1/4) turn ball isolation valve. The connection shall be in accordance with National Fire Protection Association (NFPA) 99. 2.3 After full building occupancy, the storage tanks must be maintained above a thirty-five percent (35%) capacity. The contractor shall ensure that this capacity is maintained throughout the period of the contract performance. 2.4 The contractor shall provide a connection outlet on the delivery truck for purity testing. This connection should be of a swagelock quick connect SS-QC4-D-400 type or compatible. The connection outlet will allow Government access for testing the purity of the oxygen on each delivery truck. Oxygen concentrations of less than ninety-nine percent (99%) pure shall be rejected. 2.4.1 Prior to the off loading of any oxygen deliver, into the storage tanks, the contractor shall coordinate the operation with a Government representative. The Government will provide a hand held analyzer and the Government representative will connect the analyzer to the delivery truck. A two (2) minute sample at a flow rate of five (5) liters per minute shall be taken for proper monitoring and testing. 2.5 The contractor shall state on each delivery order that this is a hazardous materiel and the accurate percentage of oxygen purity. 2.6 Routine deliveries shall be made during normal working hours: Monday through Friday -- 8:00 a.m. to 4:30 p.m. excluding federal holidays. Routine delivery is required within twenty-four (24) hours after order is placed. Emergency deliveries shall be made within eight (8) hours after the order is place. Emergency orders will be placed should the contractor allow the capacity to fall below thirty-five percent (35%) at no additional cost to the Government. Emergency deliveries shall be made twenty-four (24) hours a day, Sunday through Saturday, including holidays. 2.7 Delivery and testing shall be coordinated between the contractor and Facilities Management Department. The Government representative will be located in Building 2, Data Control, (757) 953-5986. Under no circumstances shall the driver off load a shipment until the designated individual from the Naval Medical Center has tested the shipment and has certified the amount, weight and that the concentration is ninety-nine percent (99%) pure or better. 2.8 Should for any reason the Government determines the contractor's storage tanks are faulty or inoperable, the contractor shall repair or replace the equipment within two (2) hours of notification or supply the Government with oxygen by another means. 2.9 Within twenty-four (24) hours after expiration of contract, the contractor shall be responsible for disconnection and removal of the furnished storage tanks. 2.10 The contractor shall provide, within twenty-four (24) hours after contract award, a telephone number providing twenty-four (24) hour communication between the contractor and the Government. Award of a requirement contract with firm fixed price unit price is contemplated with one base year plus four one year options. Proposals received shall specify FOB Destination, Portsmouth, VA. Offers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Eval-Commercial Items: The Govt intends to make an award to the responsible offeror whose offer conforms to the minimum technical requirements and submits the lowest overall price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52-212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders: The following numbered subparagraphs under paragraph (b) of this apply: (1), (2), (3), (6), (7), (8), (9), (10), (11) "regulatory". The incorporated provisions and clauses are those in effect through FAC 90-37. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: DFAR 252.252-7000 Buy American Act -- Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items: The following clauses under paragraph (b) of this clause apply: 252.219-7008, 252-225-7001, and 252.233-7000. Additional clauses are also incorporated by reference: FAR 52.202-1 Definitions, 52.203-1 Officials not to benefit, 52.203-3 Gratuities, 52.203-5 Covenant against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales To the Government, 5.203-7 Anti-Kickback Procedures, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.211-5 New Material, 52.212-8 Defense Priority and Allocation Requirements,52.215-1 Examination of Records by Comptroller General, 52.215-2 Audit—Negotiation, 52.215-26 Integrity of Unit Prices, 52.215-33 Order of Precedence, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract (a)..30 days (c) 48 months, 5.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.219-13 Utilization of Women-Owned Small Businesses, 52.219-14 Limitations on Subcontracting, 52.220-3 Utilization of Labor Surplus Area Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action For Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.223-2 Clean Air and Water, 52.223-6 Drug-Free Workplace, 52.225-11 Restrictions on Certain Foreign Purchases, 52.227-1 Authorization and Consent, 52.227-2 Noticeand Assistance Regarding Patent and Copyright Infringement, 52.228-5 Insurance-Work on a Government Installation, 52.229-3 Federal, State, and Local Taxes, 52.229-5 Taxes-Contracts Performed un U.S. Possessions or Puerto Rico, 52.232-1 Payments, 52.232-8 Discounts for Prompt Payment, 52.232-11 Extras, 52.232-17 Interest, 52.232-18 Availability of Funds, 52.232-23 Assignment of Claims, 52.232-25 Prompt Payment (b)(2)...30th DAY...., 52.232-28 Electronic Funds Transfer Payment Methods, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, 52.233-1 Disputes, 52.233-3 Protest after Award, 52.237-3 Continuity of Services, 52.242-13 Bankruptcy, 52.243-1 Changes -- Fixed Price, 52.244-5 Competition in Subcontracting, 52.246-25 Limitation of Liability-Services, 52.247-17 Charges, 52.247-28 Contractor's Invoices, 52.248-1 Value Engineering, 52.249-2 Termination for Convenience of the Government (Fixed-Price), 52.249-8 Default(Fixed-Price Supply and Service), DFARS 252.201-7000 Contracting Officer's Representative, 252.203-7000 Statuary Prohibitions on Compensation to Former Department of Defense Employees, 252.203-7001 Special Prohibition on Employment 252.204-7003 Control of Government Personnel Work Product, 252.209-7000 Acquisition from Subcontracting Subject to On-Site Inspection under the Intermediate-Range Nuclear Forces (INF) Treaty, 252.219-7008 Pilot Mentor-Prot g Program, 252.223-7004 Drug-Free Work Force, 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 22.231-7000 Supplemental Cost Principles, 252.232-7006 Reduction or Suspension of Contract, Payments upon Finding of Fraud, 252.233-7000 Certification of Claims and Requests for Adjustments or Relief, 252.237-7006 Subcontracting, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. Award will be made to the eligible, responsible offeror whose offer, conforming to the solicitation, offers the most advantageous to price to the Govt. The Govt reserves the right to award the contract to other than the lowest priced offeror. As a minimum, vendors should provide this office: a price proposal on letterhead or a SF1449 for the requested items w/unit price, extended price, total amount per lot year, prompt payment terms, remittance address, descriptive literature of items offered, and copies of FAR 52.212-3 and DFAR 252.212-7000. Responses to this solicitation are due by COB 29 MAY 1998. All offers shall be sent to FISC Acquisition Group, Norfolk, L. Ahmad, Code 02H1D, telephone number, 757-443-1356, fax number 757-443-1442 or 1424. Reference RFQ N00189-98-R-0071. Norfolk Acquisition Group -- Hampton Roads Detachment, Fleet and Industrial Supply Center, 1968 Gilbert Street, Suite 600, Code 02H1D, Norfolk, VA 23511-3392***** (0133)

Loren Data Corp. http://www.ld.com (SYN# 0374 19980515\68-0001.SOL)


68 - Chemicals and Chemical Products Index Page