SOLICITATION NOTICE
72 -- 5 gallon military gas cans
- Notice Date
- 4/14/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP0560-03-Q-F665
- Archive Date
- 5/14/2003
- Point of Contact
- Maciek Okulicz-Kozaryn, Commodity Business Specialist, Phone 215-737-4371, Fax 215-737-8588, - Mary Ellen Dobbins, Contract Specialist, Phone 215-737-6195, Fax 215-737-8609,
- E-Mail Address
-
paa1277@exmail.dscp.dla.mil, Mary.E.Dobbins@dscp.dla.mil
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. 2. Solicitation number SP056003QF665 is hereby issued as a request for quotation (RFQ). This Solicitation combines two Purchase Requests YPI03080002605 and YPI03080002606. Please note that the Government anticipates Award for a one year Indefinite Delivery Purchase Order (IDPO). Stock delivery orders shall be issued against this instrument, far a firm delivery and a firm fixed price for a term of one year or a total maximum dollar value of $5,000,000.00, which ever is reached first. Delivery orders will be issued electronically and manually. Offerors will be responsible for retrieving delivery orders that have been issued. The annual estimated quantities listed in paragraph 5 are estimates only, which the Government is in no way obligated to purchase. Only the first delivery order quantities identified in paragraph 5 are guaranteed. Additional orders may be placed within the minimum and maximum ordering quantities identified in FAR clause 52.216-19, Order Limitations. 3. The solicitation documents incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2001-11. 4. This acquisition is being issued as fully competitive and unrestricted. The North American Industry Classification Systems (NAICS) Code for this procurement is 326199 and the small business size standard is 500 employees. 5. This solicitation consists of PR YPI03080002605 for NSN 7240-01-337-5268 (contains delivery to two points: lines 0001 and 0002) and PR YPI03080002606 for NSN 7240-01-337-5269 (contains delivery to two points: lines 0003 and 0004). Line 0005 is for First Article Testing. PR YPI03080002605, NSN 7240-01-337-5268, Nomenclature: Can, Gasoline, Military, 5 Gallon, Plastic, Sand Color (No. 30279) commercial specification CID-A-A-59592 (Exception to CID-A-A-59592 is para. 2.2.10 Penetration Resistance- Line 2, change ?inclined? to read ?included?). The first delivery order quantities have two shipment points: Line 0001 for 4581 each to New Cumberland, PA and Line 0002 for 1128 each to Tracy, CA. The estimated annual demand for this NSN is 12,000 each. PR YPI03080002606, NSN 7240-01-337-5269, Nomenclature: Can, Gasoline, Military, 5 Gallon, Plastic, Field Drab Color (No. 33105), commercial specification CID-A-A-59592 (Exception to CID-A-A-59592 is para. 2.2.10 Penetration Resistance- Line 2, change ?inclined? to read ?included?). The first delivery order quantities have the following two delivery points: Line 0003 for 6100 each going to New Cumberland, PA and Line 0004 for 2000 each going to Tracy, CA. Estimated annual demand is 47,000 each. First Article Testing should be priced separately from production quantities in the following two Lines. Line 9907aa for NSN 7240-01-337-5268, First Article Test Requirement, 1 Lot. Line 9907ab for NSN 7240-01-337-5269, First Article Test Requirement, 1 Lot. 6. Prices are to be submitted on an FOB Destination basis. 7. Contractor First Article Testing and Source Inspection according to QAP- EQ001 apply to all NSN?s. Packaging for all Items need to conform to the latest revision of STD. ASTM D 3951. Technical data can be obtained through the Procurement Gateway http://progate.daps.dla.mil/home/ or by E-mail request to drawings@dscp.dla.mil. 8. The following surge requirement applies: NSN 7240-01-337-5268 30 days- 1 each, 60 days- 0 each, 90 days- 15 each, 120 days- 15each, 150 days-15each, 180 days- 15 each. NSN 7240-01-337-5269 30 days- 4957 each, 60 days- 18 each, 90 days- 590 each, 120 days- 573 each, 150 days- 573 each, 180 days 573 each. 9. Inspection and Acceptance will occur at Origin. Material will be stocked at Tracy, CA or New Cumberland, PA. Delivery shall be 30 days after date of order (for further details on deliveries see bb)(F038) DSCP 52.211-9I19 Time of Delivery ? First Article Testing ? Requirements Contracts). 10. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002) and addenda as follows apply to this acquisition. Addenda: Paragraph (a): Include the following at the end of the paragraph: Inspection and acceptance shall take place at origin; Paragraph (j): Delete (2). The following clauses and provisions, a) through ii), are incorporated by reference with the same force and effect as if they were given in full text. Full text of these clauses can be accessed electronically at the following addresses: FAR and DFARS-http://www.acq.osd.mil/dp/dars; DLAD, PROCLTRs and FARS Deviations-http://www.dla.mil/j-3/j-336; G&I Master Document http://dscp103.dscp.dla.mil/contract/pdf/dm2500d.pdf; or at the following location with links to above: http://www.dla.mil/j-3/j-336.icps.htm. Updated versions are indicated at the clause reference and are available from the Contracting Officer. a) FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (Jan 1997); b) FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997); c) (I079) FAR 52.209-3 Alternate I First Article Approval ? Contractor Testing (SEP 1989) Alternate I (JAN 1997) The following information applies to fill ins in clause: (a) 3 units shall be tested per NSN. Contractor shall notify government in 15 days where and when testing will occur (b) contractor shall submit test reports for each NSN in 90 calendar days to the following address: Fran Rahill, 700 Robbins Avenue, Philadelphia PA. 19111. Government shall approve or disapprove within 30 days.; d) (I154) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jul 1995); e) (F001) FAR 52.211-16 Variation in Quantity (Apr 1984): paragraph (b) the permissible variation shall be limited to: Increase 5% Decrease 5%. This increase or decrease shall apply to the total item quantity for each destination; f) (I128) FAR 52.216-18 Ordering (OCT 1995), filled in From effective date of award through date exactly 1 calendar year after effective date of award; g) (F018) FAR 52.216-19 Order Limitations (OCT 1995) filled in (a) 10 units (b)(2) 20,000 units (3) 7 days; h) (I152) FAR 52.216-22 Indefinite Quantity. One year is filled in.; i) (I060) FAR 52.225-8 Duty-Free Entry (FEB 2000); j) FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Aug 1996); k) FAR 52.232-17 Interest (Jun 1996); l) FAR 52.242-13 Bankruptcy (Jul 1995); m) (E010) FAR 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996); n) FAR 52.247-34 FOB Destination; o) (FO15) FAR 52.247-48 FOB Destination ? Evidence of Shipment (FEB 1999); p) FAR 52.249-8 -- Default (Fixed-Price Supply and Service); q) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); r) (I197) DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Mar 1998); s) (I086) DFARS 252.225-7008 Supplies to be Accorded Duty-Free Entry (MAR 1998); t) (I061) DFARS 252.225-7009 Duty-Free Entry ? Qualifying Country Supplies (End Products and Components) (AUG 2000); u) (I048) DFARS 252.225-7010 Duty-Free Entry- Additional Provisions (AUG 2000); v) DLAD 52.212-9000 Changes-Military Readiness (PROCLTR 01-14 AUG 9, 2001); w)(I151) DLAD 52.213-9003 Indefinite Delivery Purchase Order (IDPO) Contract (MAR 1999); the minimum per order quantity is 10 units and maximum per order quantity is 20,000 units. These apply for the whole one-year the contract is in place. No more than 10 orders will be placed in one quarter. Failure to Agree to this clause will affect the award decision. (Contractor fills in); x) (I171) DLAD 52.233-9000 Agency Protests (Sep 1999); y) (I214) DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (Jun 2001); z)(I036) DLAD 52.249-9000 Administrative Costs of Reprocurement After Default (MAY 1988); aa) (D006) Treatment of Non-manufactured Wood Pallets and Containers Notice #2 (JAN 2003) DSCP; All wooden pallets and wood containers (being utilized in the packaging and shipment of items being furnished to the government) produced entirely or in part of non-manufactured softwood species shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) coniferous material and certified accordingly by an accredited agency recognized by the American Lumber Standards Committee, Incorporated (ALSC) in accordance with the latest revision of the ALSC Non-manufactured Wood Packing Policy, and Non-manufactured Wood Packing Enforcement Regulations (see World Wide Web URL at www.alsc.org/). All wooden pallets and containers produced entirely of non-manufactured hardwood species shall be identified by a permanent marking of "NC-US," 1.25 inches or greater in height, accompanied by the CAGE code of the pallet/container manufacturer and the month and year of the contract. On pallets, the marking shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. On containers, the marking shall be applied on a side other than the top or bottom, contrasting and clearly visible.; bb)(F038) DSCP 52.211-9I19 Time of Delivery ? First Article Testing ? Requirements Contracts (MAR 1992). The Following are filled in: (a)(1) If First Article testing is waived all orders will be delivered 30 days after date of order. (a)(2)(i) If waiver is not granted then initial order will be delivered 135 days after date of order. (a)(2)(ii) Subsequent orders will be delivered 30 days after date of order. cc)(I129) DSCP 52.216-9I21 Ordering ? Special Provision (OCT 1986); dd) (I196) DSCP 52.217-9I16 Surge Option Requirement (OCT 2001); ee) (I147) DSCP 52.232-9I10 Submission of Invoice by Electronic Methods (Sep 1999); ff) (E001)-DSCP 52.246-9I06 Distribution of Material Inspection and Receiving Report (NOV 2002) Filled in PFFAE56 and Sue Finkel; gg) (E009)-DSCP 52.246-9I08 Inspection and Acceptance Provisions (SEP 1990); hh) DSCP 52.247-9I03, Consignment and Addressing Instructions (Jul 1998); 11. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (May 2002) applies to this acquisition, to include the following additional clauses: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (EO 11246); 52.222-36, Affirmative Action for Handicapped Workers; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (EO 13126); 52.225-13, Restriction on Certain Foreign Purchases (EO 12722, 12724, 13059, 13067, 13121 and 13129); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2003). 252.225-7021, Trade Agreements (19 USC 2501-2518 and 19 USC 3301 note). 12. The provision at FAR 52.212-1, Instructions to Offerors -Commercial Items (Oct 2000) and addenda, as follows, apply to this acquisition. Addenda: paragraph (b): Submission of offers: Facsimile offers will be accepted. Offers should be faxed to (215) 737-8588. Para (c) offers shall be valid 90 days. ii) (L063) FAR 52.204-6 Data Universal Numbering System (DUNS) number (June 1999); jj) (L068) DFARS 252.204-7004 Required Central Contractor Registration (NOV 2001); kk) (L079) DLAD 52.211-9009 Non-acceptance of Government Surplus (APR 2002); ll) (L059) DSCP 52.215-9I12, Notice: Automated Best Value Model (ABVM) Program (Dec 1999); mm) (L054) DSCP 52.216-9I26 Electronic Data Interchange (JUL 1998) (contractor fills in).; nn) DSCP 52.217-9I17 Submission of Surge/Sustainment plan (NOV 2000); oo) DSCP 52.217-9I19 Notice of Surge Option Requirement (NOV 2000); 13. The provision at 52.212-2, Evaluation -- Commercial Items applies in full with the following addition. Evaluation will be based on past performance and price. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. pp)(M037) DSCP 52.215-9I14 Evaluation of Past Performance Under the Automated Best Value System (ABVS) Program (DEC 1999); qq) DSCP 52.217-9I18 Evaluation of Surge/Sustainment Plan (JAN 1999); 14. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (July 2002) with their offer. rr) (K044) FAR 52.207-4 Economic Purchase Quantity ? Supplies (AUG 1987) (Optional Contractor fill in); ss) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Contractor fills in).; tt) (K077) DFARS 252.225-7003 Information for Duty-Free Entry Evaluation (MAR 1998) (Contractor fills in); uu) DFARS 252.225-7020 Trade Agreements Certificate (MAR 1998); vv) (K071) DSCP 52.209-9I08 First Article Approval Tests (JUN 1980). First Article Testing waivers will be permitted if approved by technician. The First Article Sample (if applicable) will serve as the manufacturing standard.; (Contractor fills in); ww)(K008) DSCP 52.215-9I02 Quantity Limitations (NOV 1997) (Contractor Fills In); xx)(K015) DSCP 52.215-9I03 Place of Performance-Inspection and Shipping Point (Aug 1985)(Contractor fills in); 15. The DPAS rating for both NSN?s is D0-A5 16. Quotations are due 29 APRIL 2003, 1:00 PM local Philadelphia time. Quotations shall be submitted to the following address: Defense Supply Center Philadelphia G&I, Post Office Box 56667, 700 Robbins Avenue, Philadelphia, PA 19111-5096. Faxed quotations will be accepted at (215) 737-9216 or (215) 737-8414. 17. For updated clauses and any other requests, please contact Maciek Okulicz-Kozaryn at (215) 737-4371. Email: Maciek.Okulicz-Kozaryn@dla.mil.
- Record
- SN00302861-W 20030416/030414213159 (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 |