Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1996 PSA#1655

Commander, 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