|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1996 PSA#1609Fleet and Industrial Supply Center, Contracting Directorate, 110
Yorktown Avenue, P. O. Box 97, Jacksonville, FL 32212-0097 81 -- COMPUTER EQUIPMENT CONTAINERS SOL N68836-96-R-0053 DUE 061796
POC Contact P. Morford, Code 210.10, Contracting Officer, 904/779-3297
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. N68836-96-R-0053 is issued as
a Request for Proposals.The solicitation document and incorporated
provisions are those in effect through Federal Acquisition Circular
90-37. This requirement is being solicited as 100% set aside for small
business concerns. SIC 3999 with a size standard of 500 employees
applies. Contract line items are as follows: 0001 Case, Monitor
Equipment and Accessories. Inside dimensions: 22''L X 21''W X 22''H.
The packing containers shall be designed and manufactured to industry
standards for ground and/or air transportation and shall meet or exceed
the following: 1) Double wall construction at parting line to allow
maximum strength for mounting hardware; 2) Polyethylene must meet
Federal Specification L-390 C, Type 1, Class M, Grade II; 3) Two spring
loaded handles with full rubber hand grips for one or two man handling;
4) Hardware, catches, strikes, and handles completely recessed
bycontainer molding design; 5) Molded outer shell to obtain even wall
thickness throughout, providing for dent and fungus resistance; 6)
Color FED-STD-595, green chip # 24052; 7) Pressure relief value,
automatic/manual for override; 8) Cushioning insert shall be commercial
grade extruded charcoal polyethylene. A complete set of equipment and
a desired layout design will be provided by the Government within
fifteen days following contract award to permit the design/molding of
the inserts; 9) marking information will be provided to the successful
offeror; 10) four ''D'' rings will be permanently affixed to each
container in the container well recessed; and the container shall have
molded in male stacking ribs located on the top surface and female
ribs located in the base section. The ribs shall provide positive
stacking capabilities. Quantity 75 each. 0002 Case for Hewlett Packard
712 and accessories. Same as line item 0001 except the outer lid of
the container shall have a custom molded well to hold the unit in place
when operating and shall act as a work table/surface. A cushioning
insert layout will be provided by the Government. Quantity 120 each.
0003 Case for Smart UPS 1400. Inside dimensions: 20''L X 13''W X 7''H.
The packing containers shall be designed and manufactured to industry
standards for ground and/or air transportation and shall meet or
exceed the following specification: 1) aluminum door assembly installed
in the lid to allow for storage of applicable cables and other
accessories. The door shall be hinged on one side and have push button
catches on the other side for opening and locking; 2) double wall
construction at parting line to allow maximum strength for mounting
hardware; 3) Polyethelen must meet Federal Specification L-390 C, Type
1, Class M, Grade II; 4) two spring loaded handles with full rubber
hand grips for one or two man handling; 5) all hardware, catches,
strikes and handles shall be completely recessed by container moulding
design; 6) moulded outer shell to obtain even wall thickness
throughout which will provide for dent and fungus resistance; 7) two
spring loaded cam-type over center catch per side and ends; 8) color:
FED-STD-595, green chip #24052; and 9) cushioning insert: highest
commercial grade extruded charcoal polyethylene. A complete set of
equipment will be provided for the design/molding of inserts. The
desired layout design and marking specifications will also be provided.
Quantity 50 each. Equipment shall be delivered, FOB Destination, to
Receiving Officer, NISE East Detachment, Attn: Code 614, St. Inigoes,
MD 20684-0010 on or before 60 days after the date of the contract.
Inspection and acceptance will be at destination. The provisions at FAR
52.212-1, Instructions to Offerors-Commercial and FAR 52.212-2,
Evaluation-Commercial Items apply to this acquisition.Fill ins for FAR
52.212-2 are as follows: (a) ... 1-ability of the offered item to meet
the stated specification. 2-price. 3-past performance. Technical and
past performance combined are one and one-half times as important as
price. The clauses at FAR 52.212-4, Contract Terms and
Conditions-Commercial Items and 52.215-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items
apply to this acquisition. FAR 52.212-5 (b)(1), (3), (5),(6), (7), (8),
(9), (10), and (16) apply to this solicitation.Offers shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications - Commercial Items with their offer.
No other terms and conditions or contract requirements are applicable
to this acquisition. The resulting contract is subject to the Defense
Priorities and Allocations System (DPAS) and is assigned a DO-C9
rating. Offers shall be submitted so as to be received at the
Contracting Office, Fleet and Industrial Supply Center, Bldg. 110, 3rd
floor, 110 Yorktown Avenue, Box 97, Jacksonville, FL 32212-0097 not
later than 4PM EDT 17 Jun 1996. Offerors shall include commercial
information which fully describes the containers being offered in
response to this solicitation with their offer and should clearly mark
the outside of their offer with the solicitation number and date and
time of closing. Any questions concerning this requirement should be
addressed to the individual indicated in item 11 above. Numbered Note
1 applies. (0155) Loren Data Corp. http://www.ld.com (SYN# 0253 19960604\81-0001.SOL)
81 - Containers, Packaging and Packing Supplies Index Page
|
|