Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561

Commander, Military Sealift Command, 901 M ST SE, Bldg 157, Rm 223, PM6, Washington Navy Yard, Washington, DC 20398- 5541

81 -- CONTAINERS, PACKAGING AND PACKING SUPPLIES SOL N62387-96-R-9623 DUE 041596 POC Contact Marni Solomon, 202-685-5561/Contracting Officer, Suzanne Bewick, 202-685-5954 (i)THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with 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 requested and a written solicitation will not be issued. (ii)This SOLICITATION NUMBER N62387-96-R-9623 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR #36, and DEFENSE FEDERAL ACQUISITION CIRCULAR #9. (iv) This solicitation is unrestricted. SIC is 3443. (v) A list of CONTRACT LINE ITEM NUMBER(S) and items are: CLIN 0001 20'x8'x8.6' COLLAPSIBLE FLATRACKS.Qty: 180. (vi) Description of requirements for the items to be acquired: The Military Sealift Command intends to procure 20'x8'x8.6' new or used, in refurbished, like new condition, collapsible flatracks. Used flatracks will be less than twelve (12) years old. Flatracks shall be fully operational and be CSC certified . The flatrack shall comply with all applicable requirements of ISO 1496/5. All dimensions and tolerances shall be in accordance with ISO 668 Series 1 freight containers - outside dimensions for freight container designation 1CC. Flatracks shall have two pairs of forklift pockects on each side; one pair for lifting laden flatrack and other pair lifting an empty flatrack. Flatracks shall meet the requirements of ISO 1496/1 Series 1 freight containers and testing . Flatracks shall have hardwood floors fully suitable for commercial purposes. End walls shall be open ended and fully operations; the interlocking system of the end walls shall be fully operational. Paint: Flatracks shall be blasted and painted in lusterless desert tan in accordance with commercial container standards. Markings shall be in accordance with ISO 6346. Government will provide ownership code and serial number and approve marking arrangements after contract award. (If flatrcks are being manufactured specifically for this requirement, identification markings shall be permanent and legible and shall include, at a minimum, the manufacturer's identification code (CAGE), manufacturer's part number and the part identification number (PIN) AA52527-1.) On the left side of the forklift pocket, it shall be stenciled ''PROPERTY OF THE U.S. GOVERNMENT'' in a minimum of 5 centimeter (cm) white letters. The underside of the flatrack shall be coated with acceptable container underseal. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: All shipments will be delivered to Sierra AD, Herlong CA No Later Than (NLT) 30 July 1996. Inspection and Acceptance shall be made at destination. (viii) FAR 52.212-1 Instructions to Offerors, Commercial, is incorporated by reference and applies to this acquisition. (ix) FAR 52.212-2, Evaluation- -Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. ADDENDUM 52.212-2 Para(a) The following factors shall be used to evaluate offers and are of equal importance: technical capability, price and past performance. (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 and resulting contract. Contract Type: The resulting contract will be firm, fixed price (FFP). (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (OCT 1995) is incorporated in this contract by reference, however, for paragraph (b), only the following provisions apply to this acquisition: 52.212-5(b) 52.203-6 Restrictions on Subcontractor Sales to the Government w/ Alternate 1 (OCT 1995). 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEP 1990), (41 U.S.C. 423). 52.219-8 Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns(OCT 1995), (15 U.S.C. 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 (APR 1984), (38 U.S.C. 4212). 52.222-36 Affirmative Action for Handicapped Workers (APR 1984), (29 U.S.C. 793). 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988),(38 U.S.C. 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 sale, provided such warranty is 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. DFARS clause 252-225.7007 Trade Agreements Act. (xiv)DPAS rating: N/A (xv) CBD numbered notes: N/A (xvi) Two (2) Technical and (1) Cost proposal are due by noon, EST, 15 April 1996 at the Military Sealift Command, 901 M ST SE, BLDG 157, Room 223, Washington Navy Yard, 20398. Offerors shall provide names, addresses and phone numbers of 3 customers, either Government or commercial, that have purchased flatracks during the past 5 years. 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)For questions concerning this specific acquisition, contact Ms. Marni B. Solomon at 202-685-5561, fax 202-685-5567, e:mail Marni.Solomon@smtpgw.msc.navy.mil. (0086)

Loren Data Corp. http://www.ld.com (SYN# 0301 19960327\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page