|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,2000 PSA#2632Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J,
5611 Columbia Pike, Room 107, Falls Church, VA 22041-5050 W -- LEASE OF 40' REFRIGERATOR CONTAINERS, 40' CHASSIS, AND GENERATOR
SETS (CLIP-ONS) SOL DAMT01-00-R-0045 DUE 063000 POC Contact Cathy
Golden, Contract Specialist, 703/428-2045, 703/428-3363 (Facsimile),
703-428-3362 (alternate facsimile) WEB: goldenc@mtmc.army.mil,
goldenc@mtmc.army.mil. E-MAIL: goldenc@mtmc.army.mil,
goldenc@mtmc.army.mil. 17. THIS IS A COMBINED SYNOPSIS/SOLICITATION for
the lease 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-0045 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) #97-18, and DFARs Change Note 20000606. This
solicitation is unrestricted. The SIC code is 3799. (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 40' Refrigerated
Containers, 40' Chassis, and 40' Generator Sets (Clip-On) that are not
more than seven (7) years old. Container equipment 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 and IICL-5 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 0001AA 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. Refrigerated containers shall be furnished in
a condition meeting or exceeding the recommendations of the latest
edition of the IICL-5 Guide for Refrigerated Container Inspection and
Repair and all supplements and technical bulletins pertaining thereto.
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. 14. 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: 12X40' Refrigerated
Containers,12X40' Generator Sets and 12X40' Chassis. CLIN 0001AA-Lease
Of Refrigerated ISO Container. 40' Refrigerated ISO Container 40' 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
(Clip-On) For Use With CLIN 0001; CLIN 0002AB-Generator Replacement
Price. CLIN 0007AA-Lease Of Straight Frame Or Gooseneck 40' Chassis
Gvwr 50,000 Lbs And Over Per Day; CLIN 0007AB-Chassis Replacement
Price; CLIN 0013AA Drayage (4 Setups To Virginia Beach, VA (Lot 1));
CLIN 0013AB-Drayage (8 Setups To Norfolk, VA (Lot 2)); CLIN 0014AA
Redelivery Of CLINS 0001AA, 0001AD, 0001AE, 0002AA AND 0007AA (12
SETUP-NORFOLK, VA); CLIN 0012 Reefer Mechanic (Hourly Rate). (vii) Unit
of Issue: Each (viii) Destination Information: Virginia Beach, VA and
Norfolk, VA (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: LOT 1: PYA
Monarch, 1224 Diamond Springs Road, Virginia Beach, VA 23455 (QTY:
4X40' Reefers, 4X40' GenSets, and 4x40' Chassis), RDD 10 JULY 2000. LOT
2: MDV/NASH Finch, 1133 Kingwood Avenue, Norfolk, VA 23502 (QTY: 8X40'
Reefers, 8X40' GenSets and 8X40' Chassis), RDD 10 JULY 2000. (1)
Primary point of contacts: LOT 1: Mr. William Burnstein @ 757/363-1494,
LOT 2: Ms. Sharon Fleener @ 757/858-9315 or Ms. Linda Schlosser @
757/444-4170. (2) Facility Hours of Operation: LOT1: 8:00 a.m. to 5:00
p.m. (EDT), Monday thru Friday. LOT 2: 6:00 a.m. to 5:00 p.m. (EDT)
Monday thru Friday. The refrigerated container mechanic needs to
contact Ms. Linda Schlosser at 757/444-4170 or Steve Fisher at
757/444-4174 on or before 6 JULY 2000. Reefer mechanic should be
present when reefers are loaded aboard vessel. Reefer mechanic should
be at the delivery point when the refrigerated containers arrive. (3)
Redelivery location of all equipment: Fleet and Industrial Supply
Center, 9248 Virginia Avenue, Bldg. CEP-201, Norfolk, VA 23511-3392
(QTY: 12 SET-UPS) (x) Duration of the Contract Period: The term of the
lease is for a period of 120 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 (MAR 2000) apply and are incorporated by reference. Please
review and comply with all instructions. FAR 52.212-2, Evaluation --
Commercial Items (JAN 1999) is incorporated byreference 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 (FEB 2000) and DFARS 252.212-7000, Offeror
Representations and Certifications -- Commercial Items (NOV 1995),
DFARS 252.225-7007, Buy American Act-Trade Agreements Act-Balance of
Payments Program (APR 2000), and DFARS 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 (JUN
2000) is incorporated by reference, however, for paragraph (b) only the
following provisions apply to this acquisition: FAR 52.212-5 (b),
52.203-6, Restrictions on Subcontractor Sales to the Government with
ALT 1 (JUL 1995). FAR 52.203-10, Price or Fee Adjustment for Illegal or
Improper Activity (JAN 1997), (41 USC 423). FAR 52.219-8, Utilization
of Small Business Concerns (OCT 1999), (15 USC 4212). FAR 52.219-9,
Small Business Subcontracting Plan (OCT 1999). FAR 52.222-26, Equal
Opportunity (FEB 1999), FAR 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans (APR 1998), (38 USC 4212), FAR
52.222-36, Affirmative Action for Handicapped Workers (JUN 1998), (29
USC 793). FAR 52.222-37 Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era (JAN 1999), (38 USC 4212). DFARS clause
252.225-7001, Buy American Act and Balance of Payments Program (MAR
1998), DFARS clause 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to the
Defense Acquisitions of Commercial Items (MAR 2000), and DFARS clauses
252.225-7009, Duty-Free Entry-Qualifying Country End Products and
Supplies (MAR 1998), and DFARS clause 252.225-7010, Duty-Free
Entry-Additional Provisions (MAR 1998), and DFARS clause 252.204-7004,
Required Central Contractor Registration (MAR 2000) 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 Submit your
offers NLT 3:00 P.M. EASTERN STANDARD TIME (EDT) on June 30, 2000 at
Headquarters, Military Traffic Management Command, ATTN: MTAQ-JI,
Hoffman II, Room 12S45, 200 Stovall Street, Alexandria, VA 22332-5000
or via facsimile to Cathy A. Golden @ 703/428-3363 (primary) or
703/428-3362 (alternate) or via e-mail to goldenc@MTMC.army.mil.
Because electronic transmissions are not always reliable, call to
confirm receipt of your offer. Contractors are reminded that taking
exception to the requirements or delivery schedule can render their bid
or quote non-responsive. (xvii) If you have any questions, please
contact Ms. Cathy A. Golden @ 703/428-2045. Posted 06/27/00
(W-SN468905). (0179) Loren Data Corp. http://www.ld.com (SYN# 0090 20000629\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|