Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

49 -- COMBINED SYSNOPSIS/SOLICITATION FOR CABINETS, STORAGE NSNs 7125-01-225-1199, 7125-01-225-1200, 7125-01-225-1201, 7125-01-225-1203

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
TACOM - Rock Island, ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
DAAE20-02-T-0265
 
Response Due
5/3/2002
 
Archive Date
6/2/2002
 
Point of Contact
Dick Permantier, (309) 782-3430
 
E-Mail Address
Email your questions to TACOM - Rock Island
(permantierr@ria.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared 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 request ed and a written solicitation will not be issued. The solicitation number is DAAE20-02-T-0265 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06, effective 4 Apr 2002. Any amendments to this solicitation will be issued through FedBizOpps. This action will result in a FFP contract utilizing simplified commercial acquisition procedures under Full and Open Competition. The NAICS code that applies is 337214. This solicitation contains provisions for ?Brand Name or Equal? IAW FAR 11.107 and 52.211-6. Offerors shall provide Storage Cabinets that are Brand Name or Equal to the respective Lista International Corp?s part numbers described be low. Lista?s CAGE code is 57617. Offerors shall clearly identify the item being offered by brand name, if any, and make, part number, or model number. The offeror shall include descriptive literature such as illustrations, drawings, catalogs, brochures, o r other manufacturing information that fully describes the item. The offeror shall clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Unless the offeror clearly indicates in its of fer that the product being offered is an ?equal? product, the offeror shall provide the brand name referenced in the solicitation. Four (4) Storage Cabinets are required under this solicitation. Item 1: CLIN 0001, Quantity: 4 ea, National Stock Number (NSN) 7125-01-225-1199, government part number (PN) 11023801, Lista PN MPN01-225-1199. This cabinet is comprised of the following Lista Components: one each MP750 Housing, one each MP75F Drawer, one each MP100F Drawer, one each MP125F Drawer, one each MP150F Drawer, one each MP300F Drawer, one each HLB750 Hinged Lock Bar, one each MP-FTB Fork Truck Base, and five each LILO Lock In/Lock Ou t Latch. Item 2: CLIN 0002, Quantity: 10 ea, NSN 7125-01-225-1200, PN 11023802, Lista PN MPN01-225-1200. This cabinet is comprised of the following Lista Components: one each MP750 Housing, two each MP75F Drawer, two each MP100F Drawer, one each MP150F Drawer, one each MP250F Drawer, one each HLB750 Hinged Lock Bar, one each MP-FTB Fork Truck Base, and six each LILO Lock In/Lock Out Latch. Item 3: CLIN 0003, Quantity: 3 ea, NSN 7125-01-225-1201, PN 11023803, Lista PN MPN01-225-1201. This cabinet is comprised of the following Lista Components: one each MP750 Housing, two each MP75F Drawer, three each MP100F Drawer, one each MP300F Drawer, one each HLB750 Hinged Lock Bar, one each MP-FTB Fork Truck Base, and six each LILO Lock In/Lock Out Latch. Item 4: CLIN 0004, Quantity: 10 ea, NSN 7125-01-225-1203, PN 11023800, Lista PN MPN01-225-1203. This cabinet is comprised of the following Lista Components: one each MI1350 Housing, eight each MI75F Drawer, one each MI125F Drawer, one each MI150F Drawer, o ne each MI175F Drawer, one each MI300F Drawer, one each HLB1350 Hinged Lock Bar, one each MI-FTB Fork Truck Base, and eight each LILO Lock In/Lock Out Latch. The solicitation contains a provision for a 100% evaluated option to be exercised on or before 1 year from date of award. With their offer, offerors shall submit unit prices for the option quantity for items one thru four above. IAW FAR 52.217-5, Evaluatio n of Options, the government will evaluate the offers for award purposes by adding the total price for the evaluated option to the total price of the basic requirement. FOB is destination to Rock Island Arsenal, Rock Island, IL 61299. The delivery schedule is as follows: CLIN 0001 (NSN 7125-01-225-1199), 2 each Jun 27, 2002; 2 each Aug 29, 2002. CLIN 0002 (N SN 7125-01-225-1200), 2 each Jun 27, 2002, 2 each Jul 25, 2002, 2 each Aug 29, 2002, 4 each Sep 26, 2002. CLIN 0003 (NSN 7125-01-225-1201), 3 each Jul 25, 2002. CLIN 0004 (NSN 7125-01-225-1203), 6 each Jun 27, 2002, 2 each Jul 25, 2002, 2 each Aug 29, 20 02. Preservation, packing, and packaging shall be IAW ASTM-D-3951 plus the following additional requirements. If oak or chestnut wood products are used in the performance of this contract, these wood or wood products must be free of all bark. All non-manufactu red wood used in packaging shall be heat treated to a core temperature of 56 degrees Celsius for a minimum of 30 minutes. The box/pallet manufacturer and the manufacturer of wood used as inner packaging shall be affiliated with an inspection agency accredi ted by the Board of Review of the American Lumber Standard Committee. Each box/pallet shall be marked to show the conformance to the International Plant Protection Convention Standard. Boxes/pallets and any wood used as inner packaging made of non-manufact ured wood shall be heat treated. The quality mark shall be placed on both ends of the outer packaging, between the end cleats or end battens; on two sides of the pallet. Unless otherwise specified herein, shipments to the same destination of identical item s having a total packaged displacement exceeding 50 cubic feet shall be palletized unless forklift-handling features such as skids are included on containers. Workmanship shall be such that when proper procedure is followed, materials and equipment being p rocessed will be provided the maximum protection against corrosion, deterioration, and be suitable for storage to the level of packaging specified. If items are packaged in more than one box the boxes shall be marked i.e. 1 of 3, 2 of 3, etc. Marking requirements on the shipping container are grouped into three distinct categories: Identification Markings, Contract Data Marking, and Address Markings. The full text of marking requirements shall be provided upon request prior to award via email o r facsimile from the point of contact on this notice. The full text of marking requirements will be incorporated into the contract at time of award. To be considered for award, offers of ?equal? products, including equal products of the brand name manufacturer, must meet the following salient physical, functional, or performance characteristics: The storage cabinets shall be manufactured of metal that is sufficient to support a weight of no less than 400 pounds per drawer without permanent deformation of the cabinet. A corrosion protective finish shall be applied to all surfaces subject to corrosion. The color of the protective finish shall be consisten t on all cabinets. Cabinets shall be equipped with provisions to accommodate a forklift fork at least 2 inches thick. Cabinets shall be fitted with a securable hinged locking bar to keep the drawers securely closed during transport. The cabinet drawers sha ll be double hung, be equipped with a manual lock in/lock out device, be equipped with secured adjustable partitions and dividers to subdivide the drawers into compartments, be equipped with glides that have an effective friction reducing device, and be pr ovided with fronts that have means to attach identifying labels with protective covers. The assembled cabinets shall meet the vibration test requirements of MIL-STD-810F, Test Method 516.5 for composite wheeled vehicles. The color of the storage cabinets s hall be beige or tan, or a similar light color. All cabinets provided shall be of the same color. The cabinets shall be covered by a warranty that meets, or exceeds, the warranty provided by Lista International for the Storage Cabinets described in this solicitation. The Lista warranty, in part, states that Lista warrants only to the original purchaser that all Lista manufactured products will remain free from defects in materials and workmanship for so long as the original purchaser retains ownership, poss ession, and control of the product. The warranty expressly excludes damage caused by abuse, misuse, use not in conformity with recommended capacities as stated in Lista catalogs, normal wear and tear, and the use of the products (other than the Lista Shelf Converter) in combination with shelving, storage or modular units not of Lista manufacture, repairs, modifications, or alterations not made by Lista or an authorized distributor. Products purchased by Lista, such as work surfaces, casters, electrical fixt ures, and motors, are covered by their manufacturer?s warranties, not by Lista?s warranty, and are passed through by Lista to Lista?s original purchaser. In response to a warranty claim accepted by Lista, Lista will promptly ship to the original purchaser, at no cost to the original purchaser, such replacement cabinets, parts, or assemblies as are required, at Lista?s sole discretion, to replace or repair defective cabinets, parts, or assemblies. The overall cabinet dimensions (in inches) are as follows: Item 1 (NSN 7125-01-225-1199), Item 2 (NSN 7125-01-225-1200), and Item 3 (NSN 7125-01-225-1201) shall not exceed 22.25W X 36H X 28.50D. Item 4 (NSN 7125-01-225-1203) shall not exceed 45W X 60H X 28 .50D. The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items. The government will make an award to the responsible offeror whose offer conforming to the solicitation is the lo west priced; FAR clause 52-212-3, Offeror Representations and Certifications-Commercial Items; FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders-Commercial Items. The following additional FAR clauses cited within clause 52.212-5 also apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor-Cooperation w ith Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following additional DFARS clauses cited within clause 252.2 12-7001 also apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; and 252.225-7001 Buy American Act and Balance of Payments Program. The following FAR, DFAR, and TACOM-RI clauses also apply: FAR 52.247-34, FOB Destination; FAR 52.247-35, FOB Destination, Within Consignees Premises; FAR 52.217-6, Evaluated Option for Increased Quantity; FAR 52.211-6, Brand Name or Equal; FAR 52.247-50, N o Evaluation of Transportation Costs; FAR 52.217-5, Evaluation of Options; DFAR 252.204-7004, Required Central Contractor Registration; DFAR 252.246-7000, Material Inspection and Receiving Report; DFAR 252.225-7000, Buy American Act-Balance of Payments Pro gram Certificate; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items; TACOM-RI 52.201-4501, Notice About TACOM-RI Ombudsman; 52.215-4503, Notice to Offerors-Electronic Bid/Offer Response Required; TACOM-RI 52.233-4503, AMC-Leve l Protest Program; TACOM-RI 52.246-4500, Material Inspection and Receiving Reports (DD Form 250); TACOM-RI 52.215-4510, Electronic Bids/Offers, and TACOM-RI 52.215-4511 Electronic Award Notice. Offers are due by 5:00 PM, CST, 3 May 02, via facsimile at (309) 782-6701, Attn: Dick Permantier, or by other electronic means. An alternate fax is (309) 782-1059. Email address is per mantierr@ria.army.mil. The full text of any clauses incorporated into this solicitation are available upon request from the point of contact. Offerors shall include completed copies of the provisions at FAR clause 52-212-3, Offeror Representations and Cert ifications-Commercial Items, and DFAR clause 252.212-7000 with their offer. For information regarding this solicitation, please contact the point of contact below.
 
Place of Performance
Address: TACOM - Rock Island ATTN: AMSTA-LC-CTR-E Building 104 Rock Island IL
Zip Code: 61299-7630
Country: US
 
Record
SN00061504-W 20020419/020417213349 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.