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