Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
MODIFICATION

20 -- Construction of New and/or Refurbished, Steel, International Organization for Standards Containers

Notice Date
8/18/2003
 
Notice Type
Modification
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-03-Q-80167
 
Response Due
8/26/2003
 
Archive Date
10/26/2003
 
Point of Contact
Point of Contact - Anthony Pellegrino, Contracting Officer, 617 494 2670
 
E-Mail Address
Email your questions to Contracting Officer
(pellegrino@volpe.dot.gov)
 
Description
NA This Amendment clarifies the Government specification, enlarges the period in which bids are due and clarifies the basis for award. Specifications: CLIN 0001 (10) Limited Access ISO Steel Containers. External dimensions Length 6.058m (19ft, 10ft 1/2 inches), Width 2.438m (8ft.), Height 2.591m (8ft 6 inches). For purposes of this Solicitation, Limited Access is one (1) 18 ft. 8.4 inch wide by 7 ft.0.25 inch high side opening sealed by two (2) sets of equal-sized bi-folding doors and one (1) 6 ft.11.15 inch wide by 7 ft. 0.72 inch high end opening sealed by two (2) equal-sized doors. Containers may be one-time-use and refurbished containers if satisfying the requirements of this solicitation. Containers shall be certified to the requirements of International Organization for S tandards (ISO) Numbers 668, 830, 1161, 1496-1, and the American Bureau of Shipping or Bureau Veritas or equal approved. The containers shall also meet the U.S. Coast Guard Specifications for military explosives, Commandant Coast Guard Approval Number 001-90, Revision 2. Upon delivery, each container shall also be certified to the requirement of the International Convention for Safe Containers (CSC) per CFR 49, Parts 450 to 453, and the Contractor shall furnish certification paperwork. Each ISO container shall be examined by the Contractor and certified in writing to the Government prior to shipping that each container meets the specification requirements contained herein. These inspections shall be done at Contractors plant and again at the U.S. Coast Guard Yard, Curtis Bay, which shall b e the point of final acceptance. Government shall verify specification compliance at the point of final destination. The Contractor shall submit in writing to the Contracting Officer a schedule of production, inspections, and delivery of all ISO containers within seven (7) calendar days after receipt of the contract award. Delivery of all ISO containers to the final destination shall be completed by 120 days after contract award. The ISO containers may be shipped on an interim basis as each is completed. All containers shall be delivered to the following destination: U.S. Coast Guard Yard, Curtis Bay 2401 Hawkins Point Road, Baltimore, MD 21226-1797 Mark for: Jim Schriefer, Industrial Department, Building 58. The Contractor shall notify the Contracting Officer in writing the number of ISO container(s) to be delivered 7 days prior to shipping to US Coast Guard Yard. Proposal shall include pricing for the following item in a written quotation: Unit Price: ____________________ Quantity Bid: ____________________ Total Price: ___________________ CLIN 0002 (7) Full Access ISO Steel Containers. External dimensions Length 6.058m (19ft, 10ft 1/2 inches), Width 2.438m (8ft.), Height 2.591m (8ft 6 inches). For purposes of this Solicitation, Full Access is two (2) 18 ft. 8.4 inch wide by 7 ft.0.25 inch high side openings, one on each side of the container, sealed by two (2) sets of equal-sized bi-folding doors and two (2) 6 ft.11.15 inch wide by 7 ft. 0.72 inch high end openings, one on each end of the container, sealed by two (2) equal-sized doors. Containers may be one-time-use and refurbished containers if satisfying the requirements of this solicitation. Containers shall be certified to the requirements of International Organization for Standards (ISO) Numbers 668, 830, 1161, 1496-1, and the American Bureau of Shipping or Bureau Veritas or equal approved. The containers shall also meet the U.S. Coast Guard Specifications for military explosives, Commandant Coast Guard Approval Number 001-90, Revision 2. Upon delivery, each container shall also be certified to the requirement of the International Convention for Safe Containers (CSC) per CFR 49, Parts 450 to 453, and the Contractor shall furnish certification paperwork. Each ISO container shall be examined by the Contractor and certified in writing to the Government prior to shipping that each conta iner meets the specification requirements contained herein. These inspections shall be done at Contractors plant and again at the U.S. Coast Guard Yard, Curtis Bay, which shall be the point of final acceptance. Government shall verify specification compliance at the point of final destination. The Contractor shall submit in writing to the Contracting Officer a schedule of production, inspections, and delivery of all ISO containers within seven (7) calendar days after receipt of the contract award. Delivery of all ISO containers to the final destination shall be completed by 120 days after contract award. The ISO containers may be shipped on an interim basis as each is completed. All containers shall be delivered to the following destination: U.S. Coast Guard Yard, Curtis Bay 2401 Hawkins Point Road, Baltimore, MD 21226-1797 Mark for: Jim Schriefer, Industrial Department, Building 58. The Contractor shall notify the Contracting Officer in writing the number of ISO container(s) to be delivered 7 days prior to shipping to US Coast Guard Yard. Proposal shall include pricing for the following item in a written quotation: Quantity Bid: _______________ Unit Price: _______________ Total Price: _______________ Basis for Award: The Government will award a contract for either CLIN 001 or CLIN 002 to the contractor or contractors that provide the best value to the Government. Multiple awards may be made if the contractor providing the best value to the Government is unable to furnish the total quantity specified for the best value CLIN. In such an event, award shall be m ade to the contractor(s) providing the next best value to the Government until the total quantity of the Government selected CLIN is achieved. Solicitation Provisions: FAR 52.212-1, Instruction of Offerors-Commercial Items (OCT 2000) is hereby incorporated by reference; the offer must include a copy of the standard commercial warranty per FAR Clause 52.212-1(b)(5), Terms of any Express Warranty. FAR 52.212-2, Evaluation-Commercial Items: The Government will award a contract for either CLIN 001 or CLIN 002 to the contractor or contractors that provide the best value to the Government. Multiple awards may be made if the contractor providing the best value to the Government is unable to furnish the total quantity specified for the best value CLIN. In such an event, award shall be mad e to the contractor(s) providing the next best value to the Government until the total quantity of the Government selected CLIN is achieved. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2002) must be submitted with the offer. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002), is hereby incorporated by reference, additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 5, 6, 7, 9, 11, 12, 13, 14, 16, 22, 23. This notice of intent is a request for competitive proposals. Offer is due to the U .S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Anthony W. Pellegrino, DTS-852, 55 Broadway, Building 4, Room 243, Kendall Square, Cambridge, MA 02142 no later than 2:00 P.M. EST on August 26, 2003. Responses may be sent via facsimile to Anthony W. Pellegrino at (617) 494-3024 or via email to Pellegrino@volpe.dot.gov. When submitting your proposal you must submit a complete list of specifications. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $5 00,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. For information concerning the acquisition, contact the contracting official above.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00404738-W 20030820/030818213354 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.