Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1997 PSA#1903

DIRECTORATE 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