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