Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19, 2000 PSA #2709
SOLICITATIONS

56 -- PLASTIC MARINE LUMBER

Notice Date
October 17, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command -- Pacific, Coast Guard Island, Building 54A, Alameda, CA, 94501-5100
ZIP Code
94501-5100
Solicitation Number
DTCG89-01-Q-6WA001
Response Due
October 20, 2000
Point of Contact
Christine Matschkowsky, Contract Specialist, Phone 510/437-3056, Fax 510/437-3014, Email cmatschkowsky@d11.uscg.mil -- Janet Weaver, Supv Contract Specialist, Phone 510/437-3010, Fax 510/437-3014, Email
E-Mail Address
Christine Matschkowsky (cmatschkowsky@d11.uscg.mil)
Description
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; proposals are being requested and a written solicitation will not be issued. The Request for Quotation number is DTCG89-01-Q-6WA001 and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-17. The SIC Code is 3089. NAICS Code 326199. The small business size standard is 500 employees. The contract type will be a firm fixed price purchase order. The government proposes to solicit quotes for the following items: Recycled Plastic Lumber of HDPE & LDPE with U/V Inhibitor, Color Black: Item 001, Lumber 6 inches x 8 inches x 12 feet, QTY -- 78, Item 002, Lumber 8 inches x 12 inches x 12 feet, QTY -- 365. Description: Provide composite plastic lumber manufactured as specified. All plastic lumber shall be the product of a single manufacturer. Lumber shall be in one piece. Splices will not be permitted. All plastic lumber shall be delivered to the job site complete and ready to install. Plastic shall be a mixture of one or more of the following recycled post consumer or post industrial thermoplastics: high density polyethylene, polypropylene and low density polyethylene with a minimum of 4.0 percent (by weight) carbon black. The term _recycled_ means materials, which have been collected or recovered from solid waste and reprocessed to become a source of raw materials, as opposed to virgin raw materials. No used or rebuilt structural elements shall be used in the fabrication of the plastic lumber. The minimum properties of the plastic shall be as follows: Density 34-55 lb./cu.ft.ASTM D 792); Modulus of Elasticity 45,000 psi minimum; Compressive Strength 3,500 psi minimum (ASTM D 695); Ultimate Tensile Strength 500 psi minimum (ASTM D 638); Water Absorption Less than 3 % weight increase (ASTM D 570) in 24 hours; Ultraviolet no more than 10% change in Shore D (ASTM D 4329 B Lamp) durometer hardness after 500 hours exposure. Plastic lumber shall be reinforced with fiberglass reinforcing elements to act compositely. The reinforcing shall have the following physical properties. Ultimate Tensile Strength (ASTM D 638) 70,000 psi minimum; Flexural Strength (ASTM D 792) 70,000 psi minimum; Compressive Strength (ASTM D 695) 40,000 psi minimum. The publications listed form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM): ASTM D 570; (1981; R 1988) Water Absorption of Plastics; ASTM D 638 (1994; Rev. B) Tensile Properties of Plastics; ASTM D 695 (1991) Compressive Properties of Rigid Plastics; ASTM D 792 (1991) Density and Specific Gravity (Relative Density) of Plastics by Displacement; ASTM D 4329 (1992) Operation Light and Water Apparatus; (Fluorescent UV Condensation Type) for Exposure of Plastics. The Coast Guard shall inspect each lumber, upon delivery, for surface damage, cracks, blemishes, scaring and straightness. The condition of each lumber shall be recorded and the delivery inspection report shall be submitted to the Contracting Officer. The Coast Guard shall off-load and handle lumber without dropping, breaking, bruising or penetrating outer surface with tools to protect lumber from damage. Shipping and Delivery: In shipping, lumber shall be packaged on blocking that is shaped or padded to prevent scaring or sagging and that allows the offloading of trucks with a forklift or crane. Storage racks shall be arranged to permit air circulation. Lumber shall be lowered to dunnage with crane or forklift. Lumber is not to be rolled off tines of forklift. The contractor shall deliver to USCG Buoy Depot, C/O USCG Group San Francisco, Yerba Buena Island, San Francisco, California 94619-0017 by 12/01/00. Award will be based on the following criteria: Lowest price of item that meets or exceeds specifications. The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their quote a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the world wide web at http://www.arnet.gov/far/97-08/html/52_000.html), FAR 52.212-4, Contract Terms and Conditions Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-8, Utilization of Small Business Concernes (15 U.S.C. 637 (d)(2) and (3)), FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub.L. 103-355, section 7102, and 10 U.S.C. 2323), FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Disabled Veterans and Vietnams of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.SC. 793), FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-15, Sanctioned European Union Country End Products (E.O. 12849), FAR 52.232-34, Payment of Electronic Funds Transfer_Other than Central Contractor Registration (31 U.S.C. 3332). Offers are due on 20 October 2000, 2:00 p.m. local time. Offers shall be mailed to Commander, Maintenance and Logistics Command Pacific, Bldg. 54-A, Coast Guard Island, Alameda, CA 94501-5100, Attn: Christine Matschkowsky. Offers must provide as a minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) a complete copy of representations and certifications; (6) sufficient technical literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements as well as evaluate the offeror_s past performance qualifications and proposed delivery schedule. NOTICE TO OFFERORS: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contact the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, sw, Washington, D.C. 20593, Telephone: (202) 267-2285, FAX: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response; solicitation number, Contracting Officer, and solicitation closing date. ATTENTION: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBE_s)! The Department of Transportation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=DTCG89-01-Q-6WA001&LocID=498)
Record
Loren Data Corp. 20001019/56SOL001.HTM (D-291 SN5044X0)

56 - Construction and Building Materials Index  |  Issue Index |
Created on October 17, 2000 by Loren Data Corp. -- info@ld.com