Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

V -- SHIPPING CHARGES FOR THE STANDARD REFERENCE MATERIALS PROGRAM SOL 53SBNB960017 DUE 021999 POC Marsha Rodgers, (301) 975-6398, fax (301) 963-7732 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICITATION NUMBER 53SBNB960017 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ) USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS FOUND AT FAR 13.5. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-09. The SIC code applicable to this acquisition is 4215 and the related small business size standard is 8.5 million. This requirement is unrestricted. The National Institute of Standards and Technology (NIST) has a requirement for a contract to cover shipping charges for the Standard Reference Materials Program (SRMP) in Gaithersburg, Maryland. SRMP ships both domestically and internationally, approximately 38,000 units of Standard Reference Materials each year. This equates to about 11,500 individual shipments with an average weight of 2 -- 3 pounds. Currently, approximately two-thirds of the shipments are made by ground transportation. Some materials are hazardous. All shipments are required to be delivered directly to the customer and not left in the depot for pick-up. The period of performance for this requirement is from date of award through September 30, 1999. There is also a requirement for two additional one year option periods. Interested parties are to price the following mock task order from Gaithersburg, Maryland based on their published catalog price lists: CLIN 0001, 1 pound non-hazardous shipment to Canada, CLIN 0002, 2 pound non-hazardous domestic shipment to Florida, CLIN 0003, 2 pound HAZARDOUS domestic shipment to New Jersey, CLIN 0004, 22 pound gas cylinder HAZARDOUS domestic shipment to Louisiana. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation, -- Commercial items applies with the following specific evaluation criteria to be included in paragraph (a): (I) price and (II) experience with domestic, international and hazardous materials shipments. These factors are approximately equal. Evaluation of the specific evaluation criteria shall be based on information submitted in response to this solicitation. Responses shall be based on a published catalog price list and copies shall be included. It is recommended that information be included which demonstrates that the services offered meet all of the requirements identified in this combined synopsis/solicitation. Offerors are cautioned to submit proposals on the most favorable basis, since the Government may elect to make an award without further discussions or negotiations. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial items, applies to this acquisition and includes the following FAR clauses: FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term (60 days notice), FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-19, European Union Sanction for Services; FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, statement of Equivalient Hires. The employee class and monetary wage-fringe benefits are: 31361 Truckdriver, Light Truck $10.42/hour, Truckdriver, Medium Truck $13.24/hour, and 21040, Materials Handling Laborer $10.01/hour.FAR Clauses may be seen in full text at http://www.arnet.gov/far/. All responsible, interested firms shall submit two (2) copies of the following: proposal including pricing of the mock tasks listed above, technical information which addresses the contractors experience with domestic and international hazardous material, and a published catalog price list. Submissions should be sent to the National Institute of Standards and Technology, Mail Stop 3572, Room B117, Building 301, Gaithersburg, Maryland 20899-3572, Attention: Marsha Rodgers, 52SBNB9C1022 by 3:00 P.M., local time, on 2/19/99. Posted 02/11/99 (W-SN297662). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0144 19990219\V-0007.SOL)


V - Transportation, Travel and Relocation Services Index Page