Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1997 PSA#1921

DEFENSE COMMISSARY AGENCY, ACQUISITION BUSINESS UNIT, 1300 E AVENUE, FORT LEE VA 23801-1800

99 -- FURNISH AND DELIVER CARRIERS THAT ATTACH TO EXISTING GROCERY STORE SHOPPING CARTS SOL DECA01-97-R-0069 DUE 091297 POC Contract Specialist Ernie Favale (804) 734-8602 (Site Code DECA01) Description: Furnish and deliver carriers that shall attach easily and safely to existing shopping carts used by DeCA. Carriers shall, at a minimum, seat two children; each with seat belts. Carriers shall be designed for safety and performance. The unit price indicated in the line items shall incorporate all charges, including shipping charges, associated with providing this product. All offerors shall submit sufficient descriptive literature necessary to address the issues described at addendum to FAR 52.212-2. Safety and performance design is critical. Carriers are to be used by commissary locations throughout DeCA. Contractor shall only be required to deliver within the Continental United States (CONUS). The base period is from the date of award through October 31, 1998 unless sooner terminated under the provisions of this contract. The option period, if exercised, is from November 1, 1998 through October 31, 1999. Award is to be made on an Indefinite Delivery, Indefinite Quantity (IDIQ) type basis.Delivery will be made only as authorized by orders issued during the contract period. All quantities cited in the "bid schedule" listed below reflect the maximum estimated quantity for each line item. The government guarantees that it will order the minimum quantity and the contractor is required to be able to deliver up to the maximum quantity specified herein. The Government guarantees that it will order a minimum of three hundred and fifty (350) carriers, inclusive of any option period that may be exercised. There is no separate guaranteed minimum for the option period. Evaluations are to be made on an all or none basis. All responsive sources may submit an offer which shall be considered by this agency. If the offeror does not have a copy of any of the clauses or provisions mentioned, they may contact the Contracting Officer. (i) 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. (ii) The solicitation number is DECA01-97-R-0069 and it is issued as a Request for Proposal (RFP). Type of contract to result: Fixed Price, Indefinite delivery type contract. (iii) The undated provisions and clauses in this document are those in effect through Federal Acquisition Circular (FAC) 90-46 (dtd 3/17/97); Defense Acquisition Circular (DAC) 91-11 (dtd 9/26/97); and Defense Commissary Agency Acquisition Letter (DeCAAL) 97-9. (iv) This acquisition is 100% set aside for small business concerns. The standard industrial classification code (SIC) is 3999. The size standard is 500 employees. (v) Bid Schedule: Offerors shall submit offers on the following contract line item numbers. The unit price is on an FOB Destination Basis. CLIN 0001: BASE YEAR (DATE OF AWARD THRU 10/31/98) ESTIMATED MAXIMUM QUANTITY: 2200 EA _unit price___ _&llmdash;extended price___ OFFEROR SHALL INDICATE BELOW THE MANUFACTURER AND MODEL OF THE PRODUCT THAT IS BEING PROPOSED: OFFERING: MANUFACTURER: __ __ __ __ __ ___ MODEL: __ __ __ __ __ ___ CLIN 0002: OPTION YEAR (11/1/98 THROUGH 10/31/99) CARRIERS FOR USE WITH SHOPPING CARTS SAME DESCRIPTION LISTED AT CLIN 0001 ESTIMATED MAXIMUM QUANTITY: 2200 EA _UNIT PRICE__ __EXTENDED PRICE__ (vi) DESCRIPTION: Description of item are listed in opening narrative. (vii) DELIVERY LOCATION: Contractor shall be required to deliver the carriers to any location in the Continental United States (CONUS). The unit price provided at the schedule shall reflect all costs associated with delivering the product to any of these conus locations. The required delivery location will be included in each delivery order issued. All carriers that are to be "Marked For" locations outside CONUS (OCONUS) will require delivery to CONUS locations. Special delivery instructions will accompany each of these orders. (viii) FAR 52.212-1 applies to this acquisition and has no addendum. (ix) a) evaluation Criteria: FAR 52.212-2 and an addendum to it is applicable. The following fill-in to FAR 52.212-2 describes the factors to be used to evaluate offers: 1) Conformance to the requirements of the solicitation; 2) Safety Features; 3) Design Features; 4) Delivery Schedule; 5) Past Performance; and 6) Price. Technical and past performance, when combined, are more important than cost or price. Although price will not be rated in the same manner as the other factors, it is still a significant factor in the evaluation. Technical and past performance are listed as criteria 2, 3, 4, and 5 above. Technical capability is considered how well the proposed product meets the Government Requirement. An offer shall meet the Criteria above for "Conformance to the Requirements of the Solicitation" before a technical evaluation of the safety features, design features, delivery schedule, and past performance is conducted. If requested by the Contracting Officer, the offeror shall provide a sample of the product to the government, at no additional cost the government. If required, the offeror shall have no more than ten calendar days to provide the sample item to the Contracting Officer. IAW FAR 52.212-1, the sample will be returned at the sender's request and expense. b) The following addendum is applicable to FAR 52.212-2: The Government will award one contract resulting from this solicitation to the offeror whose offer represents the best value to the Government on the basis of the offer's: (1) Conformance to requirements of the solicitation; 2) Safety Features; 3) Design Features, 4) Delivery Schedule; 5) Past Performance; and 6) Price. All of these criteria are explained below: (1) CONFORMANCE TO THE REQUIREMENTS OF THE SOLICITATION: The Government will evaluate whether the offer adheres to the basic requirements of the solicitation. For example, the offeror shall adequately complete the Standard Form 1449 or other acceptable form (See FAR 52.212-1), bid schedule, FAR 52.212-3 and provide the necessary descriptive literature and submittal required. (2) SAFETY FEATURES: Evaluation will be made of the overall safety benefits associated with the offered product (herein called "carrier"). The offer shall include a cumulative list of safety features that are inherent in the carrier. This list shall be supported by descriptive literature submitted. Safety features should include such things as the following: (a) Safety Belts; (b) Passenger Safety; (c) Weight/load capacity; (d) Seat design for safety and comfort (i.e. how difficult is it to get in/out of seat and how comfortable would the ride be for the passenger); (e) Are Brakes included?; (f) Additional Safety Features (3) DESIGN FEATURES: Evaluation will be made of the overall design benefits associated with the "carrier". The offer shall include a cumulative list of design features that are inherent in the carrier. This list shall be supported by descriptive literature submitted. Design features should include such things as the following: (a) How easy is it to maneuver the carrier with shopping cart attached? (b) Weight of Carrier (c) Ease of installation (d) Adaptability: How will the carrier conform to carts purchased by the Government (i.e. explain whether there are certain types of shopping carts for which the carrier will or will not be able to be installed) (e) Size of the carrier (f) Storage capacity (g) Wear and Tear: How well will the carrier hold up to use? (i.e. are there parts that will rust? To what degree will color fade? etc...); (h) Versatility: Things such as to what variety of customers could use this carrier? (i) Additional Design Features (4) DELIVERY SCHEDULE: How soon after award will delivery be made to all locations? How will it be delivered? (5) PAST PERFORMANCE: Evaluation will be made of the offeror's past performance. Provide a minimum of 3 and maximum of 5 references for awards received within the past 3 years of a similar nature. Each reference shall include a Point of Contact(s), telephone and facsimile numbers, description of contracts, and dollar value of the contract. References should be able to provide information concerning timeliness of deliveries, compliance with the specifications and contract terms, customer satisfaction, and response level on taking corrective action when a delivery problem or nonconformance problem occurred. (6) PRICE: The Government will evaluate the reasonableness of the price of each acceptable offer. (x): FAR 52.212-3 is applicable and the offeror is required to complete and submit this with offer. (xi) FAR 52.212-4 is applicable and has no addendum. (xii) FAR 52.212-5 is applicable. Paragraphs (1), (2), (3), (5), (6), (7), (8), and (9) of FAR 52.212-5 are applicable (xiii). Additional Contract Terms: FAR 52.216-18 is applicable and filled in to indicate that orders may be issued from contract award through October 31, 1998. If the option quantity is exercised, such orders may be issued for twelve (12) months from the effective date of the option. FAR 52.216-19 is applicable and filled in to indicate that the minimum order is one (1) unit and the maximum order is 2200 units per contract period. The contractor has 5 days to return any order that exceeds the maximum order limitations. DFAR 252.212-7000 is applicable and needs to be completed and returned by the offeror. The following clauses are applicable under DFAR 252.212-7001: 252.205-7000 and 252.225-7007. The contractor shall be required to deliver within thirty days any items ordered on individual delivery order. If the contractor is a VISA Merchant, purchase card orders may be placed by individuals designated by the Defense Commissary Agency using the Government-wide commercial Credit Card Service (IMPAC). All prices indicated in the bid schedule, shall include transportation charges. (xiv) DPAS and assigned rating are not applicable. (xv) CBD Notes -- N/A (xvi) Offers are due 15 calendar days from the date of publication of this notice in the CBD. They are due by 5:00 p.m. on that day. Offers are to be mailed to: Defense Commissary Agency (DeCA), Acquisition Business Unit, Equipment Branch, 1300 E Avenue, Fort Lee, VA 23801-1800. Facsimile offers will be accepted. (xvii) Contact the Contracting Officer, Mr. Ernie Favale, at (804) 734- (0240)

Loren Data Corp. http://www.ld.com (SYN# 0347 19970902\99-0006.SOL)


99 - Miscellaneous Index Page