Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1998 PSA#2170

HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218

81 -- STORAGE/SHIPPING CONTAINERS SOL F41624-98-R-1007 DUE 092198 POC Robert S. Urey, Jr. (210)536-4570; Germaine Miller (210) 536-2068 WEB: Click here to access the PITCPS homepage, http://www.brooks.af.mil/HSC/PKA/programs/pitcps/master.html. E-MAIL: Click here to contact the contracting officer/buyer, germaine.miller@hermes.brooks.af.mil or robert.urey@hermes.brooks.af.mil. A-STORAGE/SHIPPING CONTAINERS. This is a combined synopsis/solicitation for commercial items in accordance with the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. A written solicitation will not be issued. The Human Systems Program Office, Brooks AFB, TX, is issuing this Request for Proposal (RFP) for the acquisition of new commercial off-the-shelf (COTS) or new modified COTS (not refurbished or used) Storage/Shipping Containers. This acquisition is a set-aside for small business. The applicable small business size standard is 500 or less number of employees. The SIC code # 3443. The Government anticipates awarding an Indefinite Quantity/Indefinite Delivery Firm-Fixed Price contract with a minimum quantity commitment of 25 containers with potential follow-on purchases through FY 00. Proposals are being requested and may be submitted on company letterhead stationery. A party whocan commit the firm should sign documentation. FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (AUG 98) is incorporated by reference and is available in full text at the world wide web site -- at http://www.brooks.af.mil/HSC/PKA/programs/pitcps/master.html (address is case sensitive). Proposals must be received not later than 2:00 pm CST on 21 Sep 98, HUMAN SYSTEM PROGRAM OFFICE, 8107 13th STREET, BROOKS AIR FORCE BASE, TX 78235-5218 Attn: GERMAINE MILLER. Telegraphic/Facsimile/Electronic proposals will not be accepted. The incorporated documents, provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. Each offeror shall include a completed copy of the provisions at FAR 52.212-3 OFFEROR REPRESENTATIONS and CERTIFICATIONS -- COMMERCIAL (JAN 97) with its proposal (see www site). In accordance with FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS (OCT 97) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are listed in descending order of importance and shall be used to evaluate offers: (1) Technically Acceptable Item -- offeror must provide sufficient technical documentation/descriptive literature to substantiate compliance with the item description; (2) Price -- offeror shall provide current commercial catalog prices. Each line item, (CLIN) must be priced separately; and (3) Past Performance -- offeror shall provide past and present performance information on recent, similar Government and commercial contracts which will be evaluated in accordance with FAR 13.106. ITEM DESCRIPTION: Storage/Shipping containers: (1) New COTS or new modified COTS (not refurbished or used); (2) Capable of being stored and shipped in an open environment without deterioration while protecting the contents from the environment (weather proof and watertight); (3) Outer dimensions: a. not larger than 10ft L X 8 ft W X 8 ft H; b. not smaller than 9 ft L X 8 ft W X 8 ft H; (4) Constructed of metal, plastic, or composite material(s); (5) Able to safely contain 10,000 lbs. of equipment during transportation and storage with maximum gross weight (including container) of 13,000 lbs; (6) Provides long term corrosion resistance and is ruggedized for exterior use in storage and transportation environments of -25 degrees F to +125 degrees F exterior temperatures, high humidity, high wind, rain, and snow; (7) Compatible with 463L government pallets for airlift capability; (8) Shippable via truck or ship with standard tie-down points; (9) Slingable using standard lifting eyelets (primary to load on ships); (10) Standard forklift capability (13,000 lb. Capacity); (11) Includes one set of swinging doors (extending full length from floor to ceiling) with provisions to lock the doors to prevent unauthorized entry; (12) Fabricated in accordance with standard commercial practices. Attention shall be given to the extent proposed items are free of blemishes, defects, and sharp edges; thoroughness of welding, painting, bonding and riveting; alignment of parts; and tightness of assembly screws and bolts. (13) Exterior finish: Polyurethane or equivalent, color per Fed-Std 595B Color Number 34094 (#383 OD Green). (14) Article proposed may be verified/inspected for acceptability at source, prior to contract award or shipment and acceptance. Delivery is Free On Board (FOB) destination, Traffic Management Office (TMO), 8006 CHENAULT RD, BLDG 1150, BROOKS AIR FORCE BASE, SAN ANTONIO TX 78235, ATTN: HSC/YACG, ABE SAENZ, (210) 536-3434. Each of the Contract Line Item Numbers (CLINs) must be priced separately. CLINs are aligned by Fiscal Year (FY): CLIN 1001- (FY98) Storage/Shipping Containers QTY 25 EA (Guaranteed Minimum) CLIN 1002-(FY98) Storage/Shipping Containers, QTY 40 EA (subject to availability of funds, not guaranteed; best estimated quantity). CLIN 2001- (FY99) Storage/Shipping Containers QTY 50 EA (subject to availability of FY99 funds, no guaranteed quantity; best estimated quantity). CLIN 3001-(FY00) Storage/Shipping Containers, QTY 50 EA (subject to availability of FY00 funds, no guaranteed quantity; best estimated quantity). The ordering period will be from date of contract award through 30 Sep 2000. An order for the amount (minimum under this ID/IQ contract) of the guaranteed quantity (CLIN 1001 -- 25 EA) will be placed at the time of contract award. Delivery schedule for CLIN 1001: 5 EA -- 15 Oct 98; 10 EA -- 30 Nov 98; and 10 EA -- containers by 31 Dec 98. Subsequent deliveries will be as stated in individual delivery orders (if any). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, See 52.212-1 para (c), the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Contractor should provide standard commercial warranty and applicable information. FAR 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (APR 98) applies to this acquisition, is incorporated by reference, and can be found at the aforementioned web site. FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUN 98) applies to this acquisition. (Please note the clauses that have the strike-through mark are not applicable to this solicitation.) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisition of commercial items or components: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C. 3553). The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisition of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). (2) Utilization of Small Business Concerns and Small Disadvantage Business Concerns (15 U.S.C. 637 (d)(2) and (3); (4)STRIKE THRU 52.219.9 Small, Small Disadvantaged and Women Owned Small Business Subcontracting Plan (15 U.S.C. 637 (d) (4)); (5) 52.219-14, Limitation of Subcontracting (15 U.S.C. 637(a)(14)). (6) 52.222-26, Equal Opportunity (E.O. 11246). (7) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (8) 52.222-36, Affirmative Action for Handicapped Worker (29 U.S.C. 793). (9) 52.222-37, Employment Reports on Special Disabled and Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (10) 52.225-3, Buy American Act Supplies (41 U.S.C. 10). See DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 94). (11) STRIKE THRU 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). {Reserved} STRIKE THRU 52.225-18, European Union Sanction for End Products (E.O. 12849). (14)STRIKE THRU 52.225-19, European Union Sanctions for Services (E.O. 12849). (15)(I)STRIKE THRU 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (41 U.S.C. 10, Pub. L. 103-187). (15)(ii) Alternate I of 52.225-21. (16)STRIKE THRU 52.239-1, Privacy for Security Safeguards (5 U.S.C. 552a). (17) 52.247-64, Preface for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor agrees to comply with the FAR clauses in this paragraph (c), applicable to commercial services, which the Contracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1)STRIKE TRHU 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). (2)STRIKE THRU 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3)STRIKE THRU 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (5)STRIKE THRU 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause of 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addenda to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 2012(a)); (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); and (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241). FAR CLAUSE 52.223-11, OZONE-DEPLETING SUBSTANCES is incorporated by reference can be found at the aforementioned web site. The following clauses are incorporated by reference: FAR CLAUSE 52.216-18, ORDERING and the fill in dates are: Such orders may be issued from date of contract award through 30 Sep 2000; FAR CLAUSE 52.216-19, ORDER LIMITATIONS and the fill in are as follows: (a) Minimum order -- 5 EA (after initial quantity is purchased); (b) Maximum order -- (1) Any order for a single item in excess of 50 EA; (3) A series of orders from the same ordering office within 15 day ; FAR CLAUSE 52.216-22 INDEFINITE QUANTITY and the fill in date is: (d) 30 Nov 2000. DFARS CLAUSE 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS and DFARS CLAUSE 212.301(f)(ii)(iii) SOLICITATION PROVISIONS AND CONTRACT CLAUSES FOR THE ACQUISITION OF COMMERCIAL ITEMS are incorporated by reference. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr. Emile Baladi at (210) 536-2903. Otherwise questions should be directed to Robert S. Urey, Jr. (210-536-4570) or buyer, Germaine Miller (210-536-2068). All small business set-aside eligible sources may submit an offer, which will be considered. Posted 08/27/98 (W-SN242852). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0389 19980831\81-0005.SOL)


81 - Containers, Packaging and Packing Supplies Index Page