Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

39 -- COMBINED SYNOPSIS/SOLICITATION FOR STORAGE CONTAINERS FOR THE EOD

Notice Date
January 5, 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-0073
Response Due
January 22, 2001
Point of Contact
Jeffrey DeVilder (309) 782-6329
E-Mail Address
ERROR -- (devilderj@ria.army.mil)
Description
DESC: (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-0073 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 total 100 percent small business set-aside, firm fixed price (FFP) supply type procurement, SIC CODE is 3549. (v) A list of contract line item number(s) and items are: CLIN 0001: 136 each, Storage Container for the EOD. (vi) Description of requirements for the items to be acquired: Rotationally molded high-density polyethylene transport and storage cases. The case outside dimensions shall not exceed 33 inches long by 21 inches wide by 10 inches tall. The interior dimensions shall be as large as possible and accommodate a load of approximately 4100 cubic inches (approximate interior dimensions of 29.5 inches by 17.5 inches by 8 inches with the base being approximately 4.5 inches deep). The cases shall be rugged enough to withstand rough handling at temperatures from -20 F to 120 F. The cases shall be sealed to prevent blowing rain, dirt, and sand from entering. Latches and locking mechanisms shall not extend beyond the exterior dimensions of the case when locked. There shall be no less than two handles on each end of the case. 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. The case, including the handle and clasps, shall be designed so that the chest can be carried, opened, and closed by a person wearing 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 Destination basis. Preservation, packing and packaging shall be IAW the contractor's best commercial packaging practice, ASTM-D-3951. Marking requirements: Container markings shall be in capital letters of equal height, shall be proportional to the available marking space and shall contain the following information: (a) CAGE code of the contractor awarded the contract, and part number of the item as specified in the contract, (b) Quantity and unit of issue, (c) Level of protection and date packed, (d) Contract or purchase order number. Deliver to: Consol Prop. OFC, Rock Island Arsenal, Rock Island, IL 61299. Delivery shall be made no later than 60 days after receipt of order. Final inspection and acceptance shall be at destination. (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 to 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)(5) FAR 52.219-8 "Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)", Para(b)(6) FAR 52.219-9 "Small Business Subcontracting Plan (15 U.S.C. 637(d)(4)", Para(b)(7) FAR 52.219-14 "Limitations on Subcontracting (15 U.S.C. 637(a)(14)", Para(b)(11) FAR 52.222-21 "Prohibition of Segregated Facilities (Feb 99)", Para(b)(12) FAR 52.222-26 "Equal Opportunity (E.O. 11246)", Para(b)(13) FAR 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnan Era (38 U.S.C. 4212)", Para(b)(14) FAR 52.222-36 "Affirmative Action for Handicapped Workers (29 U.S.C. 793)", Para(b)(15) FAR 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnan Era (38 U.S.C. 4212)", Para(b)(23) FAR 52.232-33 "Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332)", and Para(b)(27)(i) FAR 52.247-64 "Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241)". (xiii) Additional requirements. 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 DFAR 252.247-7024 "Notification of Transportation of Supplies by Sea (10 U.S.C. 2631)", 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)", DFAR 252.247-7023 "Transportation of Supplies by Sea (10 U.S.C. 2631)", and DFAR 252.247-7024 "Notification of Transportation of Supplies by Sea (10 U.S.C. 2631)". DFARS 252.204-7004 "Required Central Contractor Registration" is incorporated into this acquisition by reference. The FAR clauses 52.247-34 "F.O.B. Destination" and 52.247-48 "F.O.B. Destination Evidence of Shipment" are incorporated into the resulting contract by reference. The provisions TACOM-RI 52.247-4531 "Cognizant Transportation Officer" and TACOM-RI "Material Inspection & Receiving Reports (DD Form 250)"are 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 3:45 P.M. CST, 22 Jan 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. 20010109/39SOL001.HTM (W-005 SN50A2D6)

39 - Materials Handling Equipment Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com