|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1996 PSA#1655Commander, Joint Traffic Management Office, 5611 Columbia Pike, Nassif
Bldg, Rm 621, Contracts Support Division, Falls Church, VA 22041-5050 81 -- CONTAINERS, PACKAGING AND PACKING SUPPLIES SOL N62387-96-R-9670
DUE 082296 POC Contact Suzanne Bewick, (703) 681-9770/ Contracting
Officer, (703) 681-5621(fax) (i) 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; proposals are being requested and a written
solicitation will not be issued. (ii) This SOLICITATION NUMBER
N62387-96-R-9670 is issued as a request for proposal (RFP).(iii) The
solicitation document and incorporated provisions and clauses are those
in effect through FEDERAL ACQUISITION CIRCULAR #36, and DEFENSE FEDERAL
ACQUISITION CIRCULAR #9. (iv) This solicitation is unrestricted. SIC is
3443. (v) A list of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN
0001 20'x8'x8.6' DRY ISO SIDE OPENING CARGO CONTAINER. Qty: 1,100. CLIN
0002 DELIVERY OF CLIN 0001, MILITARY OCEAN TERMINAL SUNNY POINT, NC.
QTY: UPTO 1,100. CLIN 0003, DELIVERY OF CLIN 0001 UNITS NAVAL WEAPONS
STATION, 10 DELTA ST, CONCORD, CA. QTY: UP TO 1,100. CLIN 0004, OPTION
TO PURCHASE ADDITIONAL QUANTITY CLIN 0001, QTY: 400 UNITS, CLIN 0005,
OPTION TO PURCHASE ADDITIONAL QUANTITY CLIN 0001, QTY: 500 UNITS.
Delivery of options items NLT 180 days after exercise date of option.
(vi) Description of requirements for the items to be acquired: The JTMO
intends to procure 20'x8'x8.6' new and unused ISO 1CC, container with
full length side opening doors. Side Opening Containers shall be fully
operationaland shall be CSC certified. The container shall comply with
all applicable requirements of ISO 1496/1. Tare weight shall not exceed
6100 pounds. The gross weight rating shall be 52,910 pounds. All
dimensions and tolerances shall be IAW ISO 668 Series 1 freight
containers, outside dimensions for freight container designation type
1CC. Except as stated herein, all specifications are in accordance with
(IAW) GSA Commercial Item Description, A-A-52029, FSC 8115 pertains.
Exceptions: Closed side wall: Each Corner ring should be flush with the
floor when recessed, ''D'' shaped, pivotal, allowing a minimum 90
degree horizontal rotation. With exception of the two corner rings all
other rings shall be welded to the bottom side rail. Door Opening
Side: The door opening side of the container shall be fitted with six
flush fitting lashing rings countersunk through the bottom side rail
and two corner rings, 1 positioned in each corner, flush with the rail
when recessed, ''D'' shaped, and pivotal, allowing minimum of 90
degrees horizontal rotation. Six lashing rings shall be positioned
directly corresponding to those mounted on the closed side wall and
welded to junction of the bottom side rail and floor support. The 2
corner rings shall be positioned directly corresponding to the mounted
corners of the closed side wall. Paint: Containers shall be painted in
lusterless desert tan in accordance with commercial container
standards. Identification markings shall be permanent and legible and
shall include, at a minimum, the manufacturer's identification code
(CAGE), manufacturer's part number and the part identification number
(PIN) AA52527-1. Markings shall be in accordance with ISO 6346.
Government will provide ownership code and serial number and approve
marking arrangements after contract award. On the left side of the
forklift pocket, shall be stenciled ''PROPERTY OF THE U.S. GOVERNMENT''
in a minimum of 5 centimeter (cm) white letters. The underside of the
container shall be coated with acceptable container underseal. (vii)
Date(s) and place(s) of delivery and acceptance and FOB point: All
shipments will be delivered, at the government's descretion to either
CONCORD, CA or MOTSU, NC Not Later Than 01 APR 1996. Inspection and
Acceptance shall be made at destination. (viii) FAR 52.212-1
Instructions to Offerors, Commercial, FAR 52.217-5 Evaluation of
Options, 52.217-6 Option for Increased Quantity ''240 days from date of
award'' are incorporated by reference and apply to this acquisition.
(ix) FAR 52.212-2, Evaluation-Commercial Items (OCT 1995) is
incorporated by reference and applies to this acquisition.ADDENDUM
52.212-2 Para(a) The following factors shall be used to evaluate offers
and are of equal importance: technical capability, price and past
performance. (x) Offerors shall include a completed copy of the
provision at FAR 52.212-3, Offeror Representations and
Certifications--Commercial Items (OCT 1995), with its offer. (xi) FAR
52.212-4, Contract Terms and Conditions--Commercial Items (OCT 1995) is
incorporated by reference and applies to this acquisition and resulting
contract. Contract Type: Firm, fixed price (FFP). (xii)FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes (OCT 1995)
is incorporated in this contract by reference, however, for paragraph
(b), only the following provisions apply to this acquisition:
52.212-5(b) 52.203-6 Restrictions on Subcontractor Sales to the
Government w/ Alternate 1 (OCT 1995). 52.203-10 Price or Fee Adjustment
for Illegal or Improper Activity (SEP 1990), (41 U.S.C. 423). 52.219-8
Utilization of Small, Small Disadvantaged and Women-Owned Small
Business Concerns(OCT 1995), (15 U.S.C. 4212). 52.219-9 Small Business,
Small Disadvantaged and Women-Owned Small Business Subcontracting Plan
(OCT 1995). 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action
for Special Disabled and Vietnam Era Veterans (APR 1984), (38 U.S.C.
4212). 52.222-36 Affirmative Action for Handicapped Workers (APR 1984),
(29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (JAN 1988),(38 U.S.C. 4212).
(xiii)Additional requirements: Warranty: The contractor shall extend to
the Government full coverage of any standard commercial warranty
normally offeredin a similar commercial sale, provided such warranty is
available at no additional cost to the Government. Acceptance of the
standard commercial warranty does not waive the government's rights
under the ''Inspection'' clause nor does it limit the Government's
rights with regard 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 final acceptance
of the applicable material and/or services listed in the schedule.
DFARS clause 252-225.7007 Trade Agreements Act.(xiv)DPAS rating: N/A
(xv) CBD numbered notes: N/A (xvi) Two (2)Technical and (1) Cost
proposal are due by 1400hrs, 2:00pm, local time, 22 August 1996 at the
MTMC Joint Traffice Management Office, Nassif Bldg., 5611 Columbia
Pike, Falls Church, VA 22401-5050. Offerors must acquaint themselves
with thenew 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
solicitation. (xvii) If you intend to participate in this procurement
and require copies of the commercial item description concerning this
specific acquisition, contact Ms. Suzanne Bewick at (703) 681-9770, fax
703-681-5621, e:mail bewicks@baileys-emh5.army.mil.(0220) Loren Data Corp. http://www.ld.com (SYN# 0369 19960808\81-0001.SOL)
81 - Containers, Packaging and Packing Supplies Index Page
|
|