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