Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1998 PSA#2076

Department of the Army, Headquarters, Military Traffic Management Office, ATTN: MTTM-T Room 629, 5611 Columbia Pike, Falls Church, VA 22041-5050

81 -- CONTAINERS, REFRIGERATED AND RELATED EQUIPMENT SOL DAMT01 DUE 042298 POC KATHY L. LYNCH at 703-681-6140 E-MAIL: Click here to contact the Contract Specialist via e-mail., lynchk@baileys-emh5.army.mil. (I) THIS IS A COMBINED SYNOPSIS/SOLICITATION for the lease of commercial items prepared in accordance with (IAW) 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) This SOLICITATION NUMBER DAMT01-98-R-9904 is issued as a request for proposals (RFP). (III) The solicitation document and incorporated provisions and clauses are those in effect through the current issues of the FEDERAL ACQUISITION CIRCULAR (FAC)and DEFENSE ACQUISITION CIRCULAR (DAC). (IV) This solicitation is unrestricted. This SIC code is W081. (V) A list of CONTRACT LINE ITEM NUMBER(S) (CLIN(S)) follows: CLIN 0001 REFRIGERATED ISO CONTAINER 20' ISO FREIGHT RATING CONTAINER DESIGNATION 1CC ISO SIZE/TYPE CODE 2232 CODE 2232 ALUMINUM AND/OR STEEL, DUAL VOLTAGE SYSTEM. CLIN 0001AA LEASE OF CLIN 0001 FOR 180 DAYS. CLIN 0001AB REFRIGERATOR REPLACEMENT PRICE. CLIN 0001AC OPTION TO LEASE AN ADDITIONAL 180 DAYS. CLIN 0001AD TECHNICAL SERVICE/PARTS MANUAL FOR CLIN 0001. CLIN 0001AE SPARE PARTS KIT FOR USE WITH CLIN 0001. CLIN 0002 GENERATOR SET FOR USE WITH CLIN 0001. CLIN 0002AA LEASE OF CLIN 0002 FOR 180 DAYS. CLIN 0002AB GENERATOR REPLACEMENT PRICE. CLIN 0002AC OPTION TO LEASE AN ADDITIONAL 180 DAYS. CLIN 0003 DELIVERY. CLIN 0003AA DELIVERY OF CLIN 0001 AND CLIN 0002. CLIN 0003AB DELIVERY OF CLIN 0003 CLIN 0003AC DELIVERY OF CLIN 0001, 0002, AND 0003 (COMPLETE SETUP). CLIN 0004 REDELIVERY. CLIN 0004AA REDELIVERY OF CLIN 0001 AND CLIN 0002. CLIN 0004AB REDELIVERY OF CLIN 0003 CLIN 0004AC DELIVERY OF CLIN 0001, 0002, AND 0003 (COMPLETE SETUP). CLIN 0005 HANDLING FEE (IF APPLICABLE). CLIN 0006 DEPOT OVERTIME. CLIN 0007 DAMAGES ARE REIMBURSABLE CHARGES CERTIFIED UPON REDELIVERY OF LEASED UNITS. CLIN 0008 REEFER MECHANIC (HOURLY RATE). QTY: 8 FOR CLINS 0001 AND 0002. CLINS 0006 AND 0008 ARE BID ON A RATE PER HOUR BASIS. (only 2 spare parts kits required) (VI) Description of requirements for the items to be leased by the Government: The JTMO intends to lease Refrigerated containers that are not more than seven (7) years old. Containers leased in response to this synopsis/solicitation shall be fully operational and comply with International Organization for Standardization (ISO) Standards 668, 1161, 6346 and sections of International Standard 1496 applicable to the type of container under lease, and all amendments, supplements and successors thereto. State of Repair. IICL Guide for Container Equipment Inspection (most recent edition) and all supplements and technical bulletins pertaining thereto. Dimensions. All containers shall be 8 feet wide and 8 feet 6 inches high. Containers leased under CLIN 0001 and 0003 shall be the length specified -- 20ft, steel and/or aluminum, and possess the following features or characteristics: 1. Forklift pockets. 2. Interior sidewalls lined with corrugated stainless steel panels. 3. Floors of raised aluminum T-shaped design. 4. Rear end floors reinforced for forklift truck operation or impact. 5. Drain pans with at least two drain holes. 6. Drain pipes manufactured of polyvinyl chloride (PVC ) of low thermal conductivity. 7. Refrigeration and heating units operated solely by electricity with dual voltage capacity. 8. Operation with AC 220V, 3 Phase 50/60 Hz and AC 380/ 440V 3 Phase 50/60 Hz power supply, as applicable, subject to normal fluctuation. The standard plug manufacturer's code may be obtained from Van Ommeren Shipping, Three Stamford Landing, 46 Southfield, Avenue, Suite 200, Stamford CT 06902. The technical point of contact for this information is Mike Chappel @ (203) 975-1010. 9 Equipment controlling temperature between -- 10 degrees and +75 degrees Fahrenheit or equivalent Celsius temperature. 10. Thirty-one (31) day cycle temperature recording devices capable of recording temperatures ranging from -20 degrees to +80 degrees Fahrenheit and equivalent Celsius temperatures. 11. Two (2) power cables, each aminimum of fifteen (15) meters long, one rated for 220V and the other rated for 440V to insure dual voltage flexibility. 12. Electrical plug as specified in each individual delivery. 13. Spare parts kits CLIN 0001AE as specified (to be inventoried during on-hire and off-hire inspections with government reimbursing the contractor for the difference between those parts furnished and those returned). 14. Containers shall be furnished in a condition meeting or exceeding the recommendations of the latest edition of the IICL Guide for Refrigerated Container Inspection and Repair and all supplements and technical bulletins pertaining thereto. Chassis furnished to the government may be new or used, but shall meet the following requirements. All chassis shall meet the following requirements upon delivery to the government; and upon return of the chassis to the contractor, the government shall either restore and repair the chassis to meet such requirements or compensate the contractor for such restoration and repair: State of Repair. All chassis delivered and returned shall comply with the latest edition of the IICL Guide for Container Chassis Inspection and all supplements and technical bulletins pertaining thereto. FHWA. All chassis shall have been inspected pursuant to the regulations of the FHWA within three (3) business days of delivery. Customs. Customs Conventions on Containers and certification of compliance shall be issued by American Bureau of Shipping or Lloyds Register. Safety. International Convention for Safe Containers (CSC) 1972 and U.S. regulations thereunder. All necessary examinations shall be valid and current for at least thirty (30) months. (VIIi) Date and Place of delivery/redelivery and acceptance/return and FOB point: LOT 1: 4x20' REEFERS shall be delivered to the 596th Trans. Co. C/O J&L, 1501 Buena Vista, Alameda, CA NLT 01 May 1998 and LOT 2: 4X20' REEFERS shall be delivered to 2240 Filbert Street, Oakland CA NLT 01 May 1998. Units will be redelivered to the Oakland CA area. On-hire inspection shall be performed by government representatives at the delivery address. (VIII) FAR 52.212-1 Instructions to Offerors, Commercial, FAR 52.217-5 Evaluation of Options, 52.217-6 Option for Increased Quantity are incorporated by reference and are applicable to this solicitation. (IX) FAR 52.212-2, Evaluation of Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. (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. Contract Type: Firm Fixed Price (FFP). (XII) FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes (OCT 1995) is incorporated by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.212-5 (b), 52.2.3-6 Restrictions on Subcontractor Sales to the Government with ALT I 1995). 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEPT 1990), (41 USC 423). 52.219-8 Utilization of Small Disadvantaged and Women Owned Small Business Concerns (OCT 1995), (15 USC 4212). 52.219-9 Small Business, Small Disadvantaged and Women Owned Small Business Subcontracting Plan (OCT 1995). 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APRIL 1984), (38 USC 4212). 52.222-36 Affirmative Action for Handicapped Workers (APRIL 1984), (29 USC 793). 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), (38 USC 4212). (XIII) Additional Requirements: Warranty. The Contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial lease, provided such warranty is 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 lease. In the event of a conflict, the terms and conditions of this lease 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. DFARS clause 252-225.0007 Trade Agreements Act. (XIV) DPAS Rating: N/A (XV) CBD number notes: N/A (XVI) One (1) technical and (1) price proposal are due not later than 1500 hours EDT, 22 April 1998 at the JTMO, Nassif Bldg., 5611 Columbia Pike, Room 108, Falls Church, VA 22401-5050. Alternately, offers may be submitted via facsimile to (703) 681-6140. Electronic submissions may be received via the internet at "lynchk@baileys-emh5.army.mil." Offerors must acquaint themselves with the new regulations concerning commercial items acquisition contained at FAR subpart 12 and must ensure that all Certifications and Representations are executed and returned as called for in this solicitation. (XVII) If you intend to participate in this procurement and require copies of the commercial item description concerning this specific acquisition, contact Kathy Lynch at (703)681-6140. (0105)

Loren Data Corp. http://www.ld.com (SYN# 0310 19980417\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page