COMMERCE BUSINESS DAILY ISSUE OF MARCH 19, 2001 PSA #2810
SOLICITATIONS
39 -- TRANSPORT AND STORAGE CASES
- Notice Date
- March 15, 2001
- Contracting Office
- US Army Tank -- Automotive and Armaments Command -- Rock Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- DAAE20-01-T-0187
- Point of Contact
- Contract Specialist: Jeffrey De Vilder, (309) 782-6329
- Description
- (i) 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. (ii) This solicitation number DAAE20-01-T-0187 is issued as a request for quotes (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. (iv) This solicitation is a full and open unrestricted, firm fixed price (FFP) supply type procurement, SIC CODE is 3089. (v) A list of contract line item number(s) and items are: CLIN 0001: 136 each, Storage Container for the EOD Contact Maintenance Vehicle. (vi) Transport and storage cases. The cases shall be made of material and a process that has the same or better toughness, durability, and chemical resistance of rotationally molded high-density polyethylene. The case outside dimensions shall not exceed 33.25 inches long by 21 inches wide by 10 inches tall. The interior dimensions shall be as large as possible and accommodate a load of no less than 4200 cubic inches (approximate interior dimensions of 30 inches by 17.5 inches by 8 inches). The cases shall be rugged enough to withstand a drop of no less than three feet while loaded with no less than 100 pounds without damage other than denting or scratching, and other rough handling, at temperatures from -20 F to 120 F. Closure devices shall not open as a result of the drop. The cases shall be sealed to prevent blowing rain, dirt, and sand from entering. Latches, handles, and locking mechanisms shall not extend beyond the exterior dimensions of the case when locked. There shall be sufficient handles so that two persons are able to lift and carry the case loaded with no less than 100 pounds, and to enable the loaded case to be pulled from an enclosed space whether loaded narrow side first, or wide side first. Each handle shall be capable of supporting the entire weight of the case and the load. The handles shall automatically fold against the side of the case when not in use. While in use, the handles shall stop at a 90 angle to the face of the case. The cases shall be able to be secured with a padlock that has a shackle 0.375 inches in diameter. Hasps may extend slightly beyond the exterior of the case provided that there are no sharp edges and they do not present a hazard for catching skin or clothing. The case, including the handle and clasps, shall be designed so that the chest can be carried, opened, and closed by a person wearing heavy, insulated work gloves. The color shall be gray or olive drab and shall go through the material. (vii) Date(s) and place(s) of delivery and acceptance and FOB Point. The contractor shall provide on an FOB Origin delivery basis. Preservation, packing and packaging shall be IAW the contractor's best commercial packaging practice, ASTM-D-3951. Deliver to: Consol Prop. OFC, Rock Island Arsenal, Rock Island, IL 61299. Delivery shall be made no later than 30 days after receipt of order. Shipments shall not exceed 50 each per month. Early delivery is acceptable, and encouraged. Final inspection and acceptance shall be at destination. The following clauses are incorporated into this solicitation: Far 52.242-10 "F.O.B. Origin Government Bills of Lading or Prepaid Postage", FAR 52.247-29 "F.O.B. Origin", FAR 52.247-59 "F.O.B. Origin Carload and Truckload Shipments", FAR 52.247-61 "F.O.B. Origin Minimum Size of Shipments", FAR 52.247-65 "F.O.B. Origin Prepaid Freight Small Package Shipments", TACOM-RI 52.247-4531 "Cognizant Transportation Officer", and DFARS 252.242-7003 "Application for U.S. Government Shipping". (viii) FAR 52.212-1 "Instructions to Offerors Commercial Items" is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2 "Evaluation Commercial Items" is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-2 Para(a). Award will be based on best value. The following factors to be evaluated are price and past performance. Price is slightly more important than past performance. The evaluation will be performed in accordance with FAR 13.106-2 "Evaluation of Quotations and Offers". Any amendments hereby issued to this CBD Notice shall be synopsized in the same manner as this CBD Notice and must be acknowledged by the offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. (x) Offerors shall include a completed copy of the provisions at FAR 52.212-3 "Offeror Represenations and Certifications Commercial Items Alternate I, II & III". (xi) FAR 52.212-4 "Contract Terms and Conditions Commercial Items" is incorporated by reference and applies to this acquisition and resulting contract. (xii) FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items", is incorporated in this contract by reference, however, for paragraph b only the following provisions apply to this acquisition: Para(b)(11) 52.222-21 "Prohibition of Segregated Facilities (Feb 99)", (b)(12) FAR 52.222-26 "Equal Opportunity (E.O. 11246)", (b)(13) FAR 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)", (b)(14) FAR 52.222-36 "Affirmative Action for Handicapped Workers (29 U.S.C. 793)", (b)(15) FAR 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212)", (b)(22) FAR 52.232-33 "Payment by Electronic Funds Transfer Central Contractor Registration (312 U.S.C. 3332)", (b)(25) FAR 52.247-64 "Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241)". (xiii) Additional requirements. DFARS 252.204-7004 "Required Central Contractor Registration" is incorporated into the solicitation by reference. DFARS 252.212-7001 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items" is incorporated in resulting contract by reference, however, for paragraph (a) only the following provisions apply to this acquisition: DFAR 252.205-7000 "Provision of Information to Cooperative Agreement Holders (10 U.S.C. 2416)", DFAR 252.225-7001 "Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582)", and for paragraph (b) only the following provisions will apply to this acquisition: DFAR 252.225-7014 "Preference for Domestic Speciality Metals Alternate I (10 U.S.C. 2241 note)". The clause TACOM-RI "Material Inspection & Receiving Reports (DD Form 250)" is incorporated into the resulting contract by reference. Warranty: The contractor ffshall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranties available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the schedule. (xiv) DPAS rating:: N/A. (xv) CBD numbered note: N/A. (xvi) Two (2) technical and (1) cost proposals are due by 5:00 P.M. CST, 30 Mar 01 at TACOM-RI, ATTN: AMSTA-LC-CTT-E Mr. Jeffrey De Vilder, Rock Island, IL. 61299,Tele: (309) 782-6329, Email address: devilderj@ria.army.mil. Quotes may be faxed to the attention of Mr. De Vilder at (309) 782-6701. Copies of above-referenced clauses are available upon request, either by telephone or fax. Offerors must acquaint themselves with the new regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation.. (xvii) Name and Telephone number of individuals to contact for information regarding the solicitation.
- Record
- Loren Data Corp. 20010319/39SOL002.HTM (W-074 SN50G349)
| 39 - Materials Handling Equipment Index
|
Issue Index |
Created on March 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|