|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,2000 PSA#2570Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J,
5611 Columbia Pike, Room 107, Falls Church, VA 22041-5050 W -- LEASE OF 20' REFRIGERATED CONTAINERS, GENERATOR SETS, AND 20'
CHASSIS SOL DAMT01-00-R-0022 DUE 033100 POC Kathy L. Lynch (703)
681-6140 or (703) 681-9112 fax E-MAIL: Click here for Contract
Specialist, lynchk@mtmc.army.mil. THIS IS A COMBINED
SYNOPSIS/SOLICITATION for the purchase of commercial items prepared in
accordance with (IAW) the format in FAR Subpart 12.6, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. Solicitation Number
DAMT01-00-R-0022 is issued as a Request for Proposals (RFP). The
solicitation document and incorporated provisions and clauses are those
in effect through FEDERAL ACQUISITION CIRCULAR (FAC) #97-15, and DFARs
Change Note DCN20000210. This solicitation is unrestricted. The SIC
code is 3715. (i) National Stock Number (NSN): N/A (ii) Qualification
Requirement: N/A (iii) Manufacturer: Various (iv) Size, Dimensions, or
other forms, fit or functional Description: The JTMO intends to lease
Refrigerated containers that are not more than seven (7) years old.
Containers leased in response to this synopsis/solicitation shall be
fully operational and comply with International Organization for
Standardization (ISO) Standards 668, 1161, 6346 and sections of
International Standard 1496 applicable to the type of container under
lease, and all amendments, supplements and successors thereto. State of
Repair. IICL Guide for Container Equipment Inspection (most recent
edition) and all supplements and technical bulletins pertaining
thereto. Dimensions. All containers shall be 8 feet wide and 8 feet 6
inches high. Containers leased under CLIN 0001 shall be 20ft, steel
and/or aluminum, and possess the following features or characteristics:
1. Forklift pockets. 2. Interior sidewalls lined with corrugated
stainless steel panels. 3. Floors of raised aluminum T-shaped design.
4. Rear end floors reinforced for forklift truck operation or impact.
5. Drain pans with at least two drain holes. 6. Drain pipes
manufactured of polyvinyl chloride (PVC ) of low thermal conductivity.
7. Refrigeration and heating units operated solely by electricity with
dual voltage capacity. 8. Operation with AC 220V, 3 Phase 50/60 Hz and
AC 380/ 440V 3 Phase 50/60 Hz power supply, as applicable, subject to
normal fluctuation. 9. Equipment controlling temperature between -- 10
degrees and +75 degrees Fahrenheit or equivalent Celsius temperature.
10. Thirty-one (31) day cycle temperature recording devices capable of
recording temperatures ranging from -20 degrees to +80 degrees
Fahrenheit and equivalent Celsius temperatures. 11. Two (2) power
cables, each a minimum of fifteen (15) meters long, one rated for 220V
and the other rated for 440V to insure dual voltage flexibility. 12.
Electrical plug as specified in each individual delivery. 13.
Containers shall be furnished in a condition meeting or exceeding the
recommendations of the latest edition of the IICL Guide for
Refrigerated Container Inspection and Repair and all supplements and
technical bulletins pertaining thereto. Chassis furnished to the
government may be new or used, but shall meet the following
requirements. All chassis shall meet the following requirements upon
delivery to the government; and upon return of the chassis to the
contractor, the government shall either restore and repair the chassis
to meet such requirements or compensate the contractor for such
restoration and repair: State of Repair. All chassis delivered and
returned shall comply with the latest edition of the IICL Guide for
Container Chassis Inspection and all supplements and technical
bulletins pertaining thereto. FHWA. All chassis shall have been
inspected pursuant to the regulations of the FHWA within three (3)
business days of delivery. Customs. Customs Conventions on Containers
and certification of compliance shall be issued by American Bureau of
Shipping or Lloyds Register. Safety. International Convention for Safe
Containers (CSC) 1972 and U.S. regulations thereunder. All necessary
examinations shall be valid and current for at least thirty (30)
months. (v) Predominant Material of Manufacture: Steel and/or aluminum.
(vi) Quantity: 4X20' Refrigerated Containers, 4X20' Chassis, and 4
Generator Sets. CLIN 0001AA LEASE OF REFRIGERATED ISO CONTAINER. 20'
REFRIGERATED ISO CONTAINER 20' ISO FREIGHT RATING CONTAINER DESIGNATION
1CC ISO SIZE/TYPE CODE 4232 CODE 4232 ALUMINUM AND/OR STEEL VOLTAGE
SYSTEM; CLIN 0001AB CONTAINER REPLACEMENT PRICE; CLIN 0001AD TECHNICAL
SERVICE/PARTS MANUAL FOR CLIN 0001. CLIN 0001AE SPARE PARTS KIT. CLIN
0002AA LEASE OF GENERATOR SET FOR USE WITH CLIN 0001; CLIN 0002AB
GENERATOR REPLACEMENT PRICE. CLIN 0006AA LEASE OF STRAIGHT FRAME OR
GOOSENECK 20' CHASSIS; CLIN 0006AB CHASSIS REPLACEMENT PRICE. CLIN
0013AA DRAYAGE (SETUP)TO NELLIS AFB, NV; CLIN 0014 DELIVERY OF CLINS
0001AA,0002AA, 0001AD, 0001AE, AND 0006AA. CLIN 0012 REEFER MECHANIC
(HOURLY RATE). (vii) Unit of Issue: Each (viii) Destination
Information: Nellis AFB, NV (see ix for additional information). (ix)
Delivery Schedule: 1. Delivery shall be completed no later than the
required delivery dates identified below to the following location:
820th Red Horse Squadron, 5179 Malmstrom Avenue, Nellis AFB, NV 89191,
RDD 03 Apr 00. (1) Primary point of contact: CPT Myer/MSGT Goodner @
(702) 652-1209/1210. (2) Facility Hours of Operation: 7:00 a.m. to 3:00
p.m. (EDT), Monday thru Sunday. (x) Duration of the Contract Period:
The term of the lease is for a period of 90 days with the option for an
additional 90 days. (xi) the Government will award the contract to the
responsible offeror whose offer represents the best overall value.
(xii) FAR 52.212-1 Instructions to Offerors, Commercial Items (NOV
1999) apply and are incorporated by reference. Please review and comply
with all instructions. FAR 52.212-2, Evaluation -- Commercial Items
(JAN 1999) is incorporated by reference and applies to this
acquisition. In accordance with para (a), the Government will award the
contract to the responsible offeror whose offer represents the best
overall value. Offerors shall include a completed copy of the provision
at FAR 52.212-3, Offeror Representations and Certifications --
Commercial Items (FEB2000) and DFAR 252.212-7000 Offeror
Representations and Certifications -- Commercial Items (NOV 1995),
252.225-7006 Buy American Act -- Trade Agreements Act -- Balance of
Payments Program Certificate (MAR 1998), 252-225-7007 Buy American Act
-- Trade Agreements Act -- Balance of Payments Program (MAR 1998), and
252.225-7008 Supplies to be Accorded Duty-Free Entry (MAR 1998) with
its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items (MAY 1999) is incorporated by reference and applies to this
acquisition. Contract Type: Firm Fixed Price (FFP). FAR 52.212-5
Contract Terms and Conditions Required to Implement Statutes --
Commercial Items (FEB 2000) is incorporated by reference; however, for
paragraph (b) only the following provisions apply to this acquisition:
52.212-5 (b), 52.203-6 Restrictions on Subcontractor Sales to the
Government with ALT 1 (JUL 1995). 52.203-10 Price or Fee Adjustment for
Illegal or Improper Activity (JAN 1997), (41 USC 423). 52.219-8
Utilization of Small Business Concerns (JAN 1999), (15 USC 4212).
52.219-9 Small Business Subcontracting Plan (JAN 1999). 52.222-26 Equal
Opportunity (FEB 1999), 52.222-35 Affirmative Action for Special
Disabled and Vietnam Era Veterans (APR 1998), (38 USC 4212), 52.222-36
Affirmative Action for Handicapped Workers (JUN 1998), (29 USC 793).
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (JAN 1999), (38 USC 4212). 52.225-9, Buy American
Act -- Trade Agreements Act -- Balance of Payments Program (JAN 1996)
(41 USC 10, 19 USC 2501-2582.). 52.247-64, Preference for Privately
Owned U.S.-Flag Commercial Vessels (JUN 1997) (46 USC 1241). DFARS
clauses 252.225-7001 Buy American Act and Balance of Payments Program
(MAR 1998), 252.212-7001 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to the Defense
Acquisitions of Commercial Items (JAN 1999), and DFARS clauses
252.225-7009 Duty-Free Entry-Qualifying Country End Products and
Supplies (MAR 1998), and 252.225-7010 Duty-Free Entry -- Additional
Provisions (MAR 1998), and 252.204-7004 Required Central Contractor
Registration (MAR 1998) are incorporated by reference and apply to this
acquisition. (xiii) CBD Numbered Notes: N/A (xiv) DPAS Rating: N/A (xv)
All responsible sources may submit a bid, proposal, or quotation which
shall be considered by this agency. (xvi) One (1) copy of your
proposal is due not later than 1200 hours EDT on March 31, 2000 by mail
at Headquarters, Military Traffic Management Command, JTMO, ATTN:
MTAQ-J, Nassif Building, Room 108, 5611 Columbia Pike, Falls Church, VA
22041-5050 or by fax at (703) 681-9112. (xvii) If you have any
questions please contact Ms. Kathy L. Lynch (703) 681-6140 or by e-mail
at lynchk@mtmc.army.mil. Posted 03/30/00 (W-SN439908). (0090) Loren Data Corp. http://www.ld.com (SYN# 0108 20000403\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|