|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1999 PSA#2501U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division
WC3, 7600 Sand Point Way NE, Bin C15700, Seattle, WA 98115-0070 P -- RAILWAY EQUIPMENT -- SCRAPE RAILROAD WHEELS SOL 52ABNR000036 DUE
011300 POC Judi M. Jzyk, Contract Specialist @ (206) 526-6039 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; bids are being requested and a
written solicitation will not be issued. The solicitation number is
52ABNR-0-00036 and is issued as an Invitation for Bid (IFB). This
procurement will be conducted using simplified acquisition procedures
under FAR Part 14. The solicitation/contract will include all
applicable provisions and clauses in effect through Federal Acquisition
Circular (FAC) 97-14. Any resulting contract from this solicitation
will be a firm-fixed price, indefinite delivery, indefinite quantity
type contract with a base period of one year and will include option(s)
to provide service for two (2) additional one-year periods. The
standard industrial classification code (SIC) is 9999 and the small
business size standard is $5 million. The solicitation is 100%
set-aside for small businesses. The NOAA/PMEL has a requirement to
acquire railroad wheels which comply with the following specifications:
Item A -- Scrap railroad wheel with shaft flame cut or better 42 inches
from inside of wheel. Cut should be level + one-half ( ) inch.
Approximate weight of 1100 pounds. Maximum shaft diameter at cut not to
exceed seven and one-half (7-1/2) inches. Axel must be flush cut on
bottom to allow wheel to sit flat on a flat surface. Wheel shall
contain a drilled hole of one and nine-sixteenths (1-9/16) inch
diameter through the center of the shaft with the hole centered two and
one-half (2-1/2) inches below cut edge of axel and parallel to base of
the wheel. The hole shall allow for insertion of one and one-half
(1-1/2) inch diameter steel rod; Item B -- Scrap railroad wheel with
axel pressed out. Minimum hole diameter eight and one-fourth (8-1/4)
inch, weight of 840 pounds (plus or minus 30 pounds); and Item C --
Scrap railroad wheel with axel pressed out with a minimum hole diameter
of eight and one-fourth (8-1/4) inch, weight of 710 pounds (plus or
minus 30 pounds). The Schedule of Prices/Costs to be provided as
follows: Item A -- Furnish and delivery of a minimum quantity of 100
each at unit price of $_______ for a total of $__________; Item B --
Furnish and delivery of a minimum quantity of 300 each at unit price of
$_______ for a total of $____________; and Item C -- Furnish and
delivery of a minimum quantity of 100 each at unit price of $_______
for a total of $_________. Quantities provided above are for
informational purposes only and are not intended to imply that the
quantity stated is an exact indication of the total services that will
be required. NOTE: Bidders must submit bids on all items and provide
pricing for the base year and each of the two option years. Failure to
do so may disqualify the bid. Delivery terms shall be a maximum of
sixty (60) calendar days, FOB Seattle, Washington, after issuance of an
order. Orders will be issued on an as-needed basis and in writing.
Orders may be placed orally in emergency circumstances with
confirmation in writing. Order(s) placed by the Government within the
base year will total a minimum of $25,000. Minimum ordering limitations
are applicable to the base year only and do not apply to any option(s)
which may or may not be exercised under this contract. The following
clauses and provisions are applicable to this acquisition and are
incorporated by reference as follows: FAR 52.212-4, Contract Terms and
Conditions-Commercial Items; FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items; and FAR 52.212-1, Instructions to
Offerors-Commercial Items. The following clauses and provisions are
applicable to this acquisition and are incorporated by reference or
with text under FAR 52.212-4, Addendum: (FAR 52.252-2, Clauses
Incorporated by Reference) 52.216-18, Ordering; 52.216-19, Order
Limitations -(a) Minimum order: $25,000, (b) Maximum order: The
Contractor is not obligated to honor (1) Any order for a single item in
excess of $200,000;(2) Any order for a combination of items in excess
of $200,000; or (3) A series of orders from the same ordering office
within thirty (30) calendar days that together call for quantities
exceeding the limitation in subparagraph (b)(1) or (2) of this section.
(d) seven (7) calendar days after issuance; 52.216-22, Indefinite
Quantity; Option(s) The Government may require continued performance of
this contract for up to two (2) additional one-year periods at the
rates established under the Schedule. Any listed option(s) may be
exercised by the Government prior to the date listed in the Contract or
Order in which the option is contained. The Contracting Officer may
exercise the option(s) by written notice to the Contractor anytime
within the one year term of this contract, or within the previous year,
if exercising the second year option; Contracting Officer's Technical
Representative (COTR) -- (a) A COTR will be appointed/designated by
letter, upon award of this contract. The COTR may be changed at any
time by the Government without prior notice to the contractor but
notification of the change, including the name and address of the
successor COTR, will be promptly provided to the Contractor by the
Contracting Officer in writing. (b) The responsibilities and
limitations of the COTR are as follows: (1) The Contracting Officer's
Technical Representative is responsible for the technical aspects of
the project and technical liaison with the Contractor. The COTR is also
responsible for the final inspection and acceptance of all reports, and
such other responsibilities as may be specified in the contract. (2)
The COTR is not authorized to make any commitments or otherwise
obligate the Government or authorize any changes which affect the
Contract price, terms or conditions. The COTR is not authorized to
provide continuous or direct supervision of the contractor or its
employees. (3) Any Contractor request for changes shall be referred to
the Contracting Officer directly or through the COTR. No such changes
shall be made without the expressed prior authorization of the
Contracting Officer. The COTR may designate assistant COTR(s) to act
for him by naming such assistant in writing and transmitting a copy of
such designation through the Contracting Officer to the Contractor.;
Contract Administrator Judi M. Jzyk is hereby designated as the
Contract Administrator for this contract and all subsequent orders. All
correspondence and inquiries concerning the resulting contract should
be addressed to Ms. Jzyk at the DOC/NOAA/WASC address. The following
clauses cited in FAR 52.212-5 are applicable to this acquisition and
are added: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.225-3, and 52.232-34. The following clauses
and provisions are applicable to this acquisition and are incorporated
by reference or in full text under FAR 52.212-1, Addendum: 52.214-33,
Submission of Offers in the English Language; 52.214-34, Submission of
Offers inUS Currency; and Service of Protest: An agency level protest
may be filed with either the Contracting Officer or the Agency Protest
Decision Authority. Procedures for filing an agency protest with the
Protest Decision Authority are contained in the Agency Protest
Procedures clause contained in Part II herein. Agency protests filed
with the Contracting Officer shall be sent to the following address:
Ms. Heide Sickles, NOAA, WASC, Acquisition Management, 7600 Sand Point
Way, NE -- WC31, Seattle, WA 98115 If a protest is filed with the
General Accounting Office (GAO), a complete copy of the protest and all
attachments shall be service upon the Contracting Officer as well as
the Contract Law Division of the Office of the General Counsel within
one day of filing with GAO. Service upon the Contract Law Division is
to be made as follows: U.S. Department of Commerce, Contract Law
Division, Office of the General Counsel, Herbert C. Hoover Building,
Room 5893, 14th Street and Constitution Avenue, NW, Washington, D.C.
20230, Attention: Jerry Walz, Fax 202/482-5858. Bidders are required to
complete and submit a copy of the information stated in FAR 52.212-3,
Offeror Representations and Certifications-Commercial Items. Full text
of the Federal Acquisition Regulations (FAR) can be accessed on the
Internet at www.arnet.gov/far. IFB submissions must be in writing and
are due in the designated contracting office by 2:00pm, local time,
January 13, 2000, at the address noted below. Submissions to include
(1) bid prices for all contract line items for base year and each
option year and includes a date and signature of a representative of
the company who has authority to bind the company; (2) the Contractor's
name, address, telephone number, fax number, and DUNS number; and (3)
a signed copy of the Representations and Certifications (FAR 52.212-3).
Addressing shall be: (a) If mailing through the U.S. Postal Service use
the following address: DOC/NOAA/WASC, Acquisition Management Division,
7600 Sand Point Way, NE, BIN C15700, Seattle, Washington 98115-0070;
and (b) If hand delivery, or using a courier service, use the
following: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand
Point Way, NE, Building 1, Location 22, Seattle, Washington 98115-0070.
Submission of faxed responses is not allowed under this solicitation
and will not be accepted. For your convenience a bid schedule is
available and will be provided upon request. All responsible sources
may submit a bid which will be considered by the Agency. Posted
12/20/99 (W-SN409954). (0354) Loren Data Corp. http://www.ld.com (SYN# 0041 19991222\P-0001.SOL)
P - Salvage Services Index Page
|
|