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 ZINC SOL SPO833-98-B-0182 DUE 072498 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 24,484 MT of Zinc at the DNSC Chambersburg, PA Depot; and 35,293 MT of Zinc at the Voorheesville, NY Depot. Period of performance is 270 calendar days and 365 days respectively. 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 Materials Handling 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; bids are being requested and a written solicitation will not be issued. SPO833-98-B-0182 is issued as a Invitation For Bids (IFB). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. 1. CLIN 0001- Chambersburg, PA Depot -- Remove approximately 24,484 metrictons of Zinc from current storage, transport to a government provided scale (a distance of approximately 200 feet), weigh, band, crimp, and relocate to storage area 48, which is approximately 1,000 feet from the scale). 2. CLIN 0002 -- Voorheesville, NY Depot -- Remove approximately 35,293 metric tons of zinc from current storage, transport to a government provided scale, approximately 300 feet. After banding and crimping, the contractor shall relocate the completed bundle to a storage area, 300 feet from the scale, and place the bundles on 1" X 4" hardwood dunnage lumber, supplied by the government, in truck load lots (approximately 22 completed bundles). weigh, band, crimp, and relocate approximately 3000 feet to another storage area. 3. At both, Items 0001 (Chambersburg, PA) and 0002 (Voorheesville, NY), Contractor shall remove zinc from its current block-stack storage, segregate by brand, if required, clean slabs of any accumulated dirt and debris, and transport to a government supplied scale and place the bundle on a scale adding or removing slabs as may be required to form bundles weighing approximately one metric ton (2204 lbs.) Only one type of brand and grade of zinc should be placed in a bundle. If segregation of brand and grade by hand is required, the contractor shall manually handle each piece prior to building zinc bundles. Stacking patterns will vary for different brands of zinc. The Government representative will witness the weighing and mark the weight on each bundle. The contractor will then remove the weighed bundle and securely band the bundle with three (3) 1-1/4 galvanized bands and double crimp. Bands are to be placed in such a manner as to prevent any slabs from slipping out of the bundle. Contractor shall be required to attach an embossed aluminum truckload identification tag provided by the government, to the last bundle in each truckload lot. After banding, the Contractor shall treat the crimp seal with a clear lacquer or corrosion inhibiting material to prevent rusting of the strapping material. This lacquer or corrosion inhibiting material shall not react with or have any deleterious effect on the zinc. Rate of production shall be 150 complete metric ton bundles per day. The Contractor shall meld any broken pieces into existing sub-stacks and keep segregated by grade and brand. Broken slabs not incorporated into sub-stacks shall be placed in drums furnished by the Government. The Government shall determine the tare weight of the drum and after filling drums weigh the drum. The Contracting Officer Representative (COR) shall mark the gross, tare, and net weight on the drum, as well as the grade and brand of zinc. Contractor shall keep the scales free of ice, rain, snow, debris, and any other foreign material that may affect scale operation and accuracy. Contractor shall test and check weigh scales each morning and afternoon after lunch. The Contractor shall utilize a contractor furnished certified commercial test weight for 2,000 lbs. 4. Government shall furnish 1-1/4 inch galvanizedbanding, clips for crimping, dunnage lumber, empty drums, scale, dumpsters, and aluminum tags. 5. The Contractor shall provide all supplies, material and equipment not provided by the Government that are necessary for the performance of the work, including but not limited to: banding equipment, corrosion inhibitor, crimpers, all necessary safety materials and supplies such as safety shoes (steel toe), safety glasses with side shields and work gloves for employees. Contractor shall be responsible for furnishing all necessary utilities that would include but not limited to electricity, portable toilets, water and telephone. Contractor may be required to water down work areas to reduce the airborne dust generated during banding and weighing operations; Contractor shall supply the necessary water and hoses. Office space and closed storage space for equipment and supplies is not 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 available. 6. Hours of work at Chambersburg are Monday, 1200-1600; Tues.-Thurs., 0700-1600; Friday, 0700-1200 : and hours of work at Voorheesville are 0800 -- 1500 M-Th; 0900 -- 1500 Fridays, excluding holidays and weekends at both depots. 7. The Government assumes no liability for any loss or damage to Contractor's property. The Contractor shall and discarded supplies and materials, including old banding material shall be properly disposed of off-site at the Contractor's expense. 8. 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 contract. 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). Offerors are urged to inspect the sites where the work will be performed. A Prebid conference will be held July 17, 1998, 10:00 p.m. at the Somerville, NJ Depot. The Government contemplates making multiple firm fixed-price awards by CLIN unit price per metric ton to the lowest, responsible offerors. 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 7/24/98. Questions may be submitted to the Point of Contact named herein. (0167)

Loren Data Corp. http://www.ld.com (SYN# 0110 19980618\S-0005.SOL)


S - Utilities and Housekeeping Services Index Page