|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1997 PSA#1903DIRECTORATE OF CONTRACTING, CONTRACTING DIVISION, BUILDING NUMBER 2102
B, FORT GORDON GA 30905-5110 39 -- DUMPSTERS, 8 CY, FRONT END LOADING, 47 EACH. SOL
DABT11-97-Q-0224 DUE 081197 POC Contract Specialist SUSANNE MEREDITH
(706) 791-1822 (Site Code DABT11) 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 and a written solicitation will not
be issued. This solicitation is for a firm fixed price supply contract
for line item 0001 for Dumpsters, 8 CY, Front End Loading, 47
each.Standard Industry Code (SIC) is 3999, size is 500 employees. This
procurement is a 100% set-aside for small business. Shipment to be FOB
Fort Gordon, Georgia. Provisions and clauses are those in effect
through Federal Acquisition Circular 90-46. Purchase Description: Line
item 0001 is to include the following: containers are to be 8 CY,
front end loading. The container shall have a total of three bottom
runners or skids extending from front to rear. Two skids are to be
positioned as near to the sides as production allows, and one skid is
to be positioned on center. Bottom runners or skids are to be seven
gauge formed steel. The skids are to be capped with 1/4 inch thick
steel plates with a 3/8 inch weep hole in each cap to allow for water
drainage. Caps are to be extended (4 inch minimum) and welded to body
of container. Bottom of container and front bottom slope shall be one
piece, 10 gauge steel sheet. The sides of the container shall be 12
gauge steel sheets. A 12 gauge reinforcing channel is to be supplied
for reinforcement on the inside of the container under the sliding
door, and is to extend full length front to rear. Each container shall
have one sliding door per side of container. Sliding doors shall be 12
gauge steel. Sliding doors shall have a handle for opening/closing
door. Brackets are to be mounted on each sliding door to accommodate a
padlock. Sliding side door tracks shall have 12 gauge formed "U"
channel for both top and bottom. Reinforcement supports for each top
and bottom door track shall have three (3) 1 1/2 inch x 1 1/2 inch long
structural steel angles. "Stops" shall be provided at each end to
prevent the door from sliding out of the tracks. Lifting sleeves shall
be long formed 7 gauge steel, 4 inches x 9 inches x 30 inches to 34
inches with covers for both top and bottom. Front and rear of container
shall be 12 gauge sheets with two (2) pressed "V" crimps for
reinforcement. Bumpers shall be a 3/8 inch x 4 inches flat bar, 18
inches long. The top of the container is to be reinforced front and
rear with 10 gauge formed 2 inches x 4 inches channels. Cap ends and
weld integrally with top and side framework. Top reinforced sides shall
have 2 inches x 3 inches structural steel angle front to rear. Each
container shall have additional 2 inches x 3 inches x 4 inches long
steel angle to be fully welded on the upper, inside corners to prevent
splitting of sidewall corners. The interior of the containers shall be
100% welded in corners, seams and with top framework. Each container
shall have one (1) 1 1/2 inch diameter threaded drain hole with a
matching plug placed on the side at the bottom near the rear. Each
container shall be fully primed inside and out. Interior shall be fully
coated with 3 mills of a rust resistant black pipe coating. Exterior
shall have 3 mills of top coat which is an acrylic enamel with a
phenolic resin base for increased rust resistence. A finish coat shall
be applied to the outside of the container. The finish coat shall be
brown in color. The top lid of each container shall be a single piece,
double-wall molded from polyethylene resins. The top lid shall be
fitted to the container so as to prevent water from entering the
container. Provisions and clauses applicable are: FAR clause 52.212-1,
Instructions to Offerors-Commercial Items; evaluation criteria for FAR
clause 52.212-2, Evaluation-Commercial Items is price and technical
capability of the equipment offered. Factors are equal in importance.
Offerors shall respond to FAR clause 52.212-3, Offerors Representations
and Certifications-Commercial Items and DFAR clause 52.225-7006, Buy
American Act-Trade Agreements-Balance of Payments Program Certificate
and submit with the offer. FAR clause 52.212-4, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items; FAR clause 52.209-4, First Article Approval,
applies with one unit being delivered within 15 days to address to be
designated at award. FAR clause 52.232-33, Electronic Funds Transfer
Payment Methods; DFAR clause 52.212-7000; DFAR clause 52.7001; DFAR
clause 52.232-7006; Reduction or Suspension of Contract Payments Upon
Finding of Fraud; DFAR clause 52.243-7001, Pricing of Contract
Modifications. Offeror must insert the remittance address, if different
than the mailing address. The contractor shall submit invoices prepared
in accordance with FAR clause 52.232-25, Prompt Payment in
quadruplicate, to the following billing office: DAO-IN-Fort Gordon,
ATTN: DFAS-IN/EM-TC, Building 33604, Fort Gordon, Georgia 30905-5015.
A pre-award survey may include financial resources, ability to comply
with schedule and purchase description, past performance, past record
of integrity and any other qualifications or eligibility requirements
for receipt of award. Derogatory information obtained from the
pre-award survey may be cause to determine the offeror non-responsible
and therefore, ineligible to receive an award. Offeror is to provide
three (3) references of previous government or private industry
contracts of a similar nature, with address and phone number, which the
offeror has performed in the last three (3) years to assist with the
pre- award survey. One award will be made to the lowest responsive and
responsible offeror whose offer meets the purchase requirements herein
and is found to be most advantageous for the government. Offers must be
received by the Directorate of Contracting, Contracting Division,
Building 2102, Fort Gordon, Georgia 30905-5111 not later than 2:00 p.m.
local time on August 11, 1997. Offers received in this office after
time designated for receipt of offers will not be considered. Delivery
is required within 30 to 45 calendar days after date of award. Partial
deliveries will be acceptable by the government. Faxed offers citing
solicitation number DABT11-97-Q-0224, ATTN: Ms. Meredith will be
accepted at 706-791-8651. (0216) Loren Data Corp. http://www.ld.com (SYN# 0211 19970806\39-0002.SOL)
39 - Materials Handling Equipment Index Page
|
|