Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1998 PSA#2246

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 SPO833-99-Q-0065 DUE 012299 POC Point of Contact -- Wilbert C. Payne, Contract Specialist, (703) 767-5346 WEB: DNSC Homepage, http://www.dnsc.dla.mil. E-MAIL: Point of Contact, Wilbert C. Payne, wilbert_payne@hq.dla.mil. <DESC> DEFENSE NATIONAL STOCKPILE CENTER is soliciting quotes for bundling, banding, weighing and relocating approximately 24,484 MT of Zinc at the DNSC Chambersburg, PA Depot. Period of performance is 270 calendar days after award. 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 material 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; quotes are being requested and a written solicitation will not be issued. SPO833-99-Q-0065 is issued as a Request For Quotation (RFQ). The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-9. 1. Chambersburg, PA Depot -- Remove approximately 24,484 metric tons of Zinc from current storage (lot 29), transport to a government provided scale, a distance of approximately 200 feet; weigh, band, crimp, and relocate to an area within lot 29, approximately 300 ft., and store completed bundles two high. Contractor shall remove zinc sub-lifts 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 weigh and band. Sub-stacks vary in height, depending on brand, from 5-7 feet (3 and 4 sub-stacks respectively). Existing bands shall be removed from Donora brand sub-lifts prior to weighing and banding. Only one type of brand and grade of zinc shall be placed on a sub-lift. If segregation of brand and grade by hand is required, the contractor shall manually handle each piece prior to building zinc sub-lifts. Stacking patterns will vary for different brands of zinc. The Government representative will witness the weighing and mark the weight on each sub-lift. The contractor will then remove the weighed sub-lift 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 or broken pieces from slipping out of the bundle. Rate of production shall be 1,000 completed short tons per week. The Contractor shall meld any broken pieces into existing sub-lifts of the same grade and brand where they can be secured and will not fall out. Broken slabs not incorporated into sub-lifts shall be placed in drums furnished by the Government and segregated by grade and brand. The Government shall determine the tare weight of the drum. After filling drums, the Contractor shall 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. 2. Government shall furnish 1-1/4 inch galvanized banding, clips for crimping, empty drums, scale. 3. 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, crimpers, dumpsters, equipment to control the emission of dust; 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. 4. Hours of work at the Letterkenny Chambersburg Depot are Monday, 1200-1600; Tues.-Thurs., 0700-1600; Friday, 0700-1200, excluding holidays and weekends. 5. The Government assumes no liability for any loss or damage to Contractor's property. The Contractor shall at all times keep the work area, including storage areas, free from accumulation of waste materials. Used and discarded supplies and banding material, including old band shall be properly disposed of off-site at the Contractor's expense. 6. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause or provision may be accessed electronically at this/these address(es): www.arnet.gov/far/97-03/html/toc.html#part_52; or Wilbert_payne@hq.dla.mil. FAR 52.212-1, Instructions To Offerors-Commercial (APR 1998) and FAR 52.212-4, Contract Terms and Conditions-Commercial Items (APR 1998), FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (APR 1998) apply to this RFQ 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. The following FAR clauses cited are also applicable: 52.203-6, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.237-1, 52.233-9000 (DLAD); FAR 52.228.5 Insurance on a Government Installation (JAN 1997); DFARS provisions 252.212-7000, Offeror Representations and Certifications Commercial Items and 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate. DFARS clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (which must be properly completed), and 252.204-7004, Required Central Contractor Registration. The Contractor shall procure and maintain, and require any subcontractor to procure and maintain, during the entire period of performance under this contract, such insurance as stipulated herein. a. Workers' compensation and employer's liability. The Contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. b. General liability. Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. c. Automobile liability insurance written on the comprehensive form of policy is required. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Offerors are urged to inspect the site where the work will be performed. A Pre-quote conference will be held January 15, 1999, 11:00 a.m. at the Letterkenny Army Depot, Chambersburg, PA. The Government contemplates making a firm fixed-price award by unit price per metric ton to the lowest, responsive, responsible quoter. Quotes may be submitted to the above address, Suite 4616 (Mail) or Faxed to the POC at (703) 767-5411. Quotes must be received by 2:30 p.m. January 26, 1999. Questions may be submitted to the Point of Contact named herein. Posted 12/17/98 (W-SN281533). (0351)

Loren Data Corp. http://www.ld.com (SYN# 0064 19981221\S-0007.SOL)


S - Utilities and Housekeeping Services Index Page