Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1998 PSA#2119

DLA, Defense National Stockpile Center, Directorate of Stockpile Contracts, 8725 John J. Kingman Road, Suite 4616, Fort Belvoir, VA 22060-6223

S -- BUNDLING, BANDING,WEIGHING AND RELOCATING TIN SOL SPO833-98-B-0180 DUE 072898 POC Point of Contact -- Wilbert C. Payne, Contract Specialist, 703-767-5346 WEB: DNSC Homepage, http://www.dnsc.dla.mil. E-MAIL: wilbert_payne@hq.dla.mil, wilbert_payne@hq.dla.mil. DEFENSE NATIONAL STOCKPILE CENTER is soliciting Bids for bundling, banding, weighing and relocating approximately 12,408 MT of Tin at the DNSC Stockton Depot, Stockton, CA. Period of performance is 120 calendar days. This is a 100% small business set-aside under Standard Industrial Classification (SIC) code 8999. The small business size standard is $5 million. 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. SPO833-98-B-0190 is issued as an Invitation For Bid (IFB). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. 1. Contract line item number (CLIN) 0001 (Tin) -- Stockton, CA Depot -- Remove approximately 12,408 metric tons of Grade A Longhorn Tin from current storage and transport to a government scale, adding or removing ingots, as may be required to form bundles weighing approximately one metric ton (2204 lbs.) The current storage locations are Warehouse 718, containing 614,916 lbs. (approximately 279 MT) and Lot A-804, 26,739,254 lbs. (approximately 12,132 MT). Both locations are approximately 100 feet from two government furnished scales. Contractor may have to individually handle each piece of tin (approximately 5%) to form a bundle in which the ingots are interlocked. The Contractor shall develop a tare weight for the banding and clips to be used and then band/crimp the bundles prior to placement on a scale for weighing. A government representative will witness all weighing and mark the weight and identifying number on each bundle. After the tin has been weighed, the Contractor shall remove the bundle and securely band the bundle with two (2) 1-1/4 inch steel bands and crimp. Bands are to be placed in such a way as to prevent an ingot from inside the bundle from slipping out of the bundle. After banding, the Contractor shall relocate and store the tin in an area within Lot A-804, a distance of approximately 150 feet from the scale. Sequence of work can be altered after bundles have been weighed and an established ingot count per bundle has been established. Bundles shall be weighed in 5 metric ton shipping lots. The fifth bundle of each lot shall be used to compensate for weight variance in the other four (4) bundles. Lots shall be grouped in a series of 500 MT and assigned an alpha/numerical designation by the government. Only one brand and type of tin shall be placed in a bundle. Scales shall be tested and check weighed each morning and after lunch by the Contractor. Contractor shall supply and use a certified commercial test weight for 2,000 lbs. 2. Rate of production shall be an average 125 MT per day. This includes removing from storage, preparing bundles, weighing, banding, and storing (relocating tin). Hours for work at Stockton are 0700-1500 hours,excluding holidays and weekends. 3. The Government shall supply bands, clips, scale, and space for material handling equipment. 4. The Contractor shall provide all supplies, material and equipment not provided by the government that is necessary for the performance of the work, that includes, but not limited to banding equipment, crimpers, dumpsters, portable toilets, electricity, telephone, generators (if required) and all necessary safety material and supplies such as safety shoes (steel toes) safety glasses with wide shields, and work gloves for employees. 5. The Government assumes no liability for any loss or damage to contractor's property. The Contractor shall have work completed and site cleaned each day by 1500 hrs. The Contractor shall at all times keep the work area, including storage areas, free from accumulation of waste materials. On a daily basis the Contractor shall clean up all work areas, and make sure they are free of any debris. Used and discarded supplies and materials, including old banding material shall be properly disposed of off-site at the Contractor's expense. 6. FAR 52.212-1, Instructions to Offerors-Commercial (APR 1998) and FAR 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998) apply to this IFB and any resultant contract. Offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 1997) with its offer. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (APR 1998) applies to this IFB and any resultant acquisition. The following FAR clauses cited in this clause are also applicable: 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.228-5, 52.237-1, and 52.233-9000 (DLAD). A Prebid Conference will be held July 9, 1998 10:00 a.m. (PST) at the Stockton, CA. Storage center. The Government contemplates making a firm fixed-price award by CLIN unit price per metric ton to the lowest, responsible offeror. Bids may be submitted to the above address, C/O Bid Custodian, Suite 4616 (Mail) or Suite 4528 (Hand-Delivered). Telephonic, telegraphic or faxed bids will not be accepted. Bids must be received by close of business 7/28/98. Questions may be submitted to the Point of Contact named herein. (0167)

Loren Data Corp. http://www.ld.com (SYN# 0108 19980618\S-0003.SOL)


S - Utilities and Housekeeping Services Index Page