Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

81 -- Containers, Refrigerated and Related Equipment.

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Military Traffic Management Command, PARC, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
DAMT01-03-R-0058
 
Response Due
6/13/2003
 
Archive Date
8/12/2003
 
Point of Contact
NORA CHERRY, 703-428-2013
 
E-Mail Address
Email your questions to Military Traffic Management Command, PARC
(cherryn@mtmc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (I) THIS IS A COMBINED SYNOPSIS/SOLICITATION for the lease of commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solici tation; proposals are being requested and a written solicitation will not be issued. (ii) This SOLICITATION NUMBER DAMT01-03-R-0058 is issued as a request for proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR (FAC) #36, and DEFENSE FEDERAL ACQUISITION CIRCULAR (DFAC) #9. (iv) This solicitation is unrestricted. This SIC code is 3443. (v) A list of CONTRACT LINE ITEM NUMBER(S) (CLIN(S)) and items are: CLIN 0001 FLATRACK ISO CONTAINER 40' ISO FREIGHT RATING CONTAINER COLLAPSIBLE SIDES. CLIN 0001AA LEASE OF CLIN 0001 FOR 90 DAYS. CLIN 0001AB CONTAINER REPLACEMENT PRICE. CLIN 0001AC OPTION TO LEASE AN ADDITIONAL 90 DAYS. CLIN 0002 REFRIGERATED ISO CONTAINER 40' ISO FREIGHT RATING CONTAINER DESIGNATION 1CC ISO SIZE/TYPE CODE 4232 CODE 4232 ALUMINUM AND/OR STEEL VOLTAGE SYSTEM UTILIZING BUILT IN GENERATOR (DIESEL/ELECTRIC TYPE) CLIN 0002AA LEASE OF CLIN 0001 FOR 180 DAYS. CLIN 0002AB CONTAINER REPLACEMENT PRICE. CLIN 0002AC OPTION TO LEASE AN ADDITIONAL 180 DAYS. CLIN 0002AD TECHNICAL SERVICE/PARTS MANUAL FOR CLIN 0003. CLIN 0002AE SPARE PARTS KIT FOR USE WITH CLIN 0003. CLIN 0003 DELIVERY. CLIN 0003AA DELIVERY OF CLIN 0002 CLIN 0003AB DELIVERY OF CLIN 0001, STACKED CLIN 0003AC DELIVERY OF CLIN 0001, MOVED INDIVIDUALLY CLIN 0004 REDELIVERY. CLIN 0004AA REDELIVERY OF CLIN 0002 CLIN 0004AB REDELIVERY OF CLIN 0002, STACKED. CLIN 0004AC DELIVERY OF CLIN 0002 MOVED INDIVIDUALLY CLIN 0005 HANDLING FEE (IF APPLICABLE). CLIN 0006 DAMAGES ARE REIMBURSABLE CHARGES CERTIFIED UPON REDELIVERY OF LEASED UNITS. CLIN 0007 REEFER MECHANIC (HOURLY RATE). QTY: 30 EACH AT CLIN 0001, 6 EACH AT CLINS 0002, 40 EACH AT CLINS 0003, 0004, AND 0005. CLIN 0006 IS NOT A BID ITEM. CLIN 0007 IS BID ON A RATE PER HOUR BASIS. (vi) Description of requirements for the items to be leased by the Government: 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 operat ional 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 and 0002 shall be the length specified, 40ft, 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 desig n. 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 200V, 3 Phase 50/60 Hz, AC 200V 3 Phase 60 Hz, AC 380/400/415V 3 Phase 50 Hz, or AC 440V 3 Phase 60 Hz power supply, as applicable, subject to normal fluctuation. 9 Equipment controlling tem perature 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 Cel sius temperatures. 11. Two (2) power cables, each a minimum of fifteen (15) meters long, one rates for 220V and the other rated for 440V to insure dual voltage flexibility. 12. Electrical plug as specified in each individual delivery. 13. Spare parts kits CLIN 0002AE as specified (to be inventoried duri ng on-hire and off-hire inspections with government reimbursing the contractor for the difference between those parts furnished and those returned). 14. Containers shall be furnished in a condition meeting or exceeding the recommendations of the latest e dition 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. (vii) Date and Pl ace of delivery/redelivery and acceptance/return and FOB point: All units shall be delivered to Fleet Industrial Supply Center (FISC) 9248 Virginia Avenue, Norfolk, VA 23511 NLT 19 June 2003. Units will be redelivered at the same location. On-hire inspe ction shall be performed by government representatives at the Norfolk, VA (viii) FAR 52.212-1 Instructions to Offerors, Commercial, FAR 52.217-5 Evaluation of Options, 52.217-6 Option for Increased Quantity are incorporated by reference and are applicable to this solicitation. (ix) FAR 52.212-2, Evaluation of Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications --Commercial Items (OCT 1995), with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. Contract Type: Firm Fixed Price (FFP). (xii) FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes (OCT 1995) is incorporated by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.212-5 (b), 52.2.3-6 Restrictions on Subcontract or Sales to the Government with ALT I 1995). 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEPT 1990), (41 USC 423). 52.219-8 Utilization of Small Disadvantaged and Women Owned Small Business Concerns (OCT 1995), (15 USC 4212). 52. 219-9 Small Business, Small Disadvantaged and Women Owned Small Business Subcontracting Plan (OCT 1995). 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APRIL 1984), (38 USC 4212). 52.222-36 Affirm ative Action for Handicapped Workers (APRIL 1984), (29 USC 793). 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), (38 USC 4212). (xiii) Additional Requirements: Warranty. The Contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial lease, provided such warranty is available at no additional cost to the Go vernment. 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 lease. In the event of a conflict, the terms and conditions of this lease 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. DFA RS clause 252-225.0007 Trade Agreements Act. (xiv) DPAS Rating: N/A (xv) CBD number notes: N/A (xvi) One (1) technical and (1) price proposal are due not later than 1200 hours EDT, 13 June 2003 at MTAQ-D, 200 Stovall Street, Alexandria VA 22332-5050. Alternately, offers may be submitted via facsimile to (703) 428-3363 or 3381. Electronic submissi ons may be received via the internet at dawsong@mtmc.army.mil. Cc copy to YarboroM@MTMC.army.mil Offerors must acquaint themsel ves with the new regulations concerning commercial items acquisition contained at FAR subpart 12 and must ensure that all Certifications and Representations are executed and returned as called for in this solicitation. (xvii) If you intend to participate in this procurement and require copies of the commercial item description concerning this specific acquisition, contact E. Gregory Dawson at (703) 428-2020.
 
Place of Performance
Address: Military Traffic Management Command, PARC ATTN: MTAQ, 200 Stovall Street Alexandria VA
Zip Code: 22332-5000
Country: US
 
Record
SN00334277-W 20030531/030529213515 (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.