Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 13,1996 PSA#1615

Military Sealift Command, 901 M St., S.E., Bldg. 157, Washington Navy Yard, Washington, DC 20398-5541

81 -- CONTAINERS, PACKAGING AND PACKING SUPPLIES SOL N62387-96-R-9721 DUE 062896 POC Marni Solomon, 202-685-5948/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-9721 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 #38, and DEFENSE FEDERAL ACQUISITION CIRCULAR #10. (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' DRY ISO CONTAINER, Qty: 10; CLIN 0002: 20'x8'x8' DRY ISO CONTAINER Qty: 10 CLIN 0003 20'x8'x8' DRY ISO CONTAINER, Qty: 10. (vi) Description of requirements for the items to be acquired: The Military Sealift Command intends to procure 20'x8'x8' new ISO end opening steel containers. Applicable standards (most recent editions): ISO 668 Series 1 Freight Containers - Classifications, Dimensions and Ratings; ISO 1161 Series 1 Freight Containers - Corner Fittings Specifications; ISO 1496 Series 1 Freight Containers Specification and Testing; ISO 6346 - Series 1 Freight Containers - Coding, Identification and Marking. Containers shall meet all ISO standards and shall be constructed to be suitable for transportation in the following modes: Marine: In the ship cell guides - Nine (9) high stacked but vertical acceleration limit: 1.8g. Stacking capability: per post 86,400kg(190,480 lbs); on deck: - five (5) high stacked and secured by suitable vertical diagonal wire lashings. Anti - rack capability 15,240 kg (33,600 lb) transversely; 7,620 kg (16800 lb) longitudinally; Road: On flat bed or skeletal chassis - secure by twist locks or equivalent at the four bottom corner fittings; Rail: On flat cars or special container cars - secured by twist locks or equivalent at the four bottom corner fittings. Restrain capability: 1.0 x D per bottom side rail. Aircraft: C-130 military aircraft. Ratings: Maximum gross weight: 44,800;; Maximum Tare weight: 5,150lbs Dimensions, tolerances and diagonal differences of the container shall meet the requirements for 20 foot nominal length containers as specified in ISO 668. Forklift pockets: Containers shall have two pairs of forklift pockets on each side; one pair for lifting laden container and other pair lifting an empty container. Floors: Containers shall have hardwood or marine grade plywood floors fully suitable for commercial purposes. The floor shall be watertight and installed to permit lateral variations in floorbaord width due to swelling. Exposed timber shall be treated according to Australian requirements. Door opening dimensions shall be in accordance with ISO 1496/1. Paint: Containers shall be blasted and painted in lusterless desert tan in accordance with commercial container standards. Markings: Approval plates: CSC, TIR, UIC, TCT. Government will provide ownership code and serial number after contract award. 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. Containers shall be marked in accordance with ISO regulation 6346. Ownership plate shall read: Force Provider. (vii) Date(s) and place(s) of delivery and acceptance and FOB point: CLINs 0001 and 0002 (twenty (20) units) shall be delivered to Sierra AD, Herlong CA No Later Than (NLT) 31 Oct 1996. CLIN 0003 (ten (10) units) shall be delivered to U.S Army RD&E Center, ATTN: SATNC-WF, Kansas ST, Natick, MA 01760- 5017 NLT 31 Oct 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). 52.2198 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C 637 (d)(2) and (3). 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: DFARS 252.225-7036 North American Free Trade Agreement Implementation Act. Warranty: The contractor shall 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 notes: N/A (xvi) Two (2) Technical and (1) Cost proposal are due by noon, EDT, 28 June 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 containers during the past 2 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 5948, fax 202-685-5965/66, e:mail Marni.Solomon@smtpgw.msc.navy.mil. All offerors must express interest in participating in this procurement in writing via facsimile. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0407 19960612\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page