Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1999 PSA#2337

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

S -- BUNDLING, BANDING AND WEIGHING TIN SOL SP0833-99-Q-0147 DUE 052899 POC Patricia L. Harrison, Contracting Officer (703) 767-5506 WEB: DNSC Homepage, http://www.dnsc.dla.mil. E-MAIL: Point of Contact, Patricia Harrison, patricia_harrison@hq.dla.mil. DEFENSE NATIONAL STOCKPILE CENTER is soliciting quotes for bundling, banding, and weighing Tin at DLA-DNSC Baton Rouge Depot, Baton Rouge, LA. Period of performance is 45 calendar days after Notice to Proceed. This is a 100% small business set-side 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; quotes are being requested and a written solicitation will not be issued. SPO833-99-Q-0147 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. 1. Contract Line Item Number (CLIN) -0001- Contractor shall remove 4,350 Metric Tons of Grade A Tin from current storage location at the Baton Rouge Depot, LA, band and transport approximately 200 feet to a scale, weigh mark and restack the material. A government representative will select the sequence that the material will be removed from storage. The current storage location is 3-0-A, Longhorn Tin consisting of 3,935,211 pounds (1,785 Metric Tons), Wah Chang tin consisting of 1,719,588 lbs. (780 MT), and Mellanear Tin consisting of 3,935,211 pounds (1,785 MT) 2. Contractor shall remove the tin from its current block storage location, 3-O-A, and form a lift consisting of 27 pieces of Wah Chang, and 32 pieces of Mellanear, interlocked (approximately 1 metric ton, 2204.6 pounds) 3. Contractor will be required to handle approximately 25% of the pieces individually to build the lift. 4. The longhorn brand is currently in lifts of 27 pieces. Contractor will be required to remove existing banding on this brand, reband, weigh and then restack as indicated below. Only one brand of tin will be placed in a bundle. 5. After configuring the lift the contractor will then band the complete bundle utilizing two, 1.25 inch galvanized bands and double crimp. Bands are to be placed in such a manner as to prevent any ingots from slipping out. All crimped clips shall be treated with a zinc base corrosive inhibitor at the clip joint. Contractor will then transport the bundle to a contractor supplied scale approximately 200 feet, and weigh. Contractor will then mark the weight and bundle number on the top and side of each bundle, approximately 1 inch in size, utilizing a yellow indelible ink marker. Contractor will maintain a log of the bundle number and corresponding weight and furnish the log to the Government representative on a daily basis. The government will supply the log sheets. Complete bundles will be restacked in the same area approximately 200 feet from the scale in 5 bundle lots. 6. Government representative will witness all weighing. Contractor scale must be digital type 2500-LB minimum capacity, one pound increments and state certified. Scale will be tested and check-weighed each morning and after lunch by the Contractor. The contractor will utilize a contractor certified commercial test weight for 2,000 Lbs. Government shall establish the tare weight for the banding and clips utilizing the contractor scale. Minimum daily rate of production will be 150 Metric Tons. Hours of work at DNSC Baton Rouge Depot are 07:30-15:30, Mon-Fri, excluding holidays and weekends. 7. 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 clear up all work areas, and make sure they are free of any debris. Used and discarded supplies and banding material shall be properly disposed of off-site at the Contractor's expense. 8. Contractor shall furnish all supplies, materials, and equipment required for the performance of the work, including but not limited to banding equipment, crimpers, dumpsters, indelible markers, certified test weights, digital scale, zinc based corrosive inhibitor and all necessary safety materials and supplies such as safety glasses with side shields, safety shoes (steel toes) and work gloves for contractor employees. Contractor will be responsible for providing all necessary utilities that would include but not limited to electricity, portable toilets and telephone. Office space is not available. Government shall supply galvanized banding and clips. 9. Special Contract Requirements Safety: a. The contractor shall take all proper and necessary safety and health precautions to protect the work, the workers, the public and the property of others. The Contractor shall comply with all occupational safety and Health Administration (OSHA) regulations and relevant State, Local, and Federal environmental regulations. b. The Contractor and all its employees shall observe all safety, hazard, and fire regulations in effect at the depot. c. All electrical equipment shall be UL approved. All power equipment shall meet the requirements of 29 CFR 1910.178 d. No equipment shall be left unattended with the motor running. There will be no refueling of gas-powered equipment within any interior space or within 20 feet of any building. Material handling equipment shall be clean and in good operating order. Handling equipment and procedures are subject to inspection by the C.O.R. Smoking is prohibited, except in specifically designated areas or buildings. Smoking is prohibited within 100 feet of any refueling operation. Fuel storage tanks furnished by the Contractor shall be acceptable to the C. O. R. Location of fuel storage tanks will be coordinated with and approve by the C. O. R. 10. Security Requirements- All contractor employees shall sign in and out at the security gate upon entering and leaving the depot each day. The Contractor's supervisors shall indicate their position titles next to their signature. The contractor shall comply with all security measures deemed necessary by the Government in connection with performance under this contract. 10.This solicitation 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 address (es): www.arnet.gov/far/97-10/html/toc.html#52; or may be requested by email to patricia_harrison@hq.dla.mil. FAR 52.212-1, Instructions to Offerors-Commercial (AUG 1998) and FAR 52.212-2, Evaluation Commercial Items (Jan 1999); The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror who's offer conforms to the solicitation an will be most advantageous to the Government. Price based on unit price per metric ton shall be used to evaluate offers; Offeror shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 1999) with its offeror. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998), and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items (JAN1999) apply to this RFQ and any resultant contract. The following FAR clauses cited in this clause are also applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995) 52.219-6 Notice of Total Small Business Set-Aside (JUL 996); 52.219-14 Limitation on Subcontracting (DEC 1996) 52.222-26 Equal Opportunity (FEB 1999); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.222-41 Service Contract Act of 1965, as Amended (MAY 1989), 52.222-42 Equivalent Rates for Federal Hires (MAY 1989), 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment (MAY 1989) 52.237-1, Site Visit (APR 1984), 52.233-9000 (DLAD); 52.228-5 Insurance on Government Installation (JAN 1997) DFARS provisions 252-212-7000, Offeror Representations and Certifications-Commercial Items and 252-204-7004, Required Central Contractor Registration, DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAR 1999). the following clauses cited therein apply to this solicitation; 252.225-7007 Buy American Act-Trade Agreements-Balance of Payments Program (MAR 1998), 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (MAR 1998); 252.243-7002 Request for Equitable Adjustment (MAR 1998). 11. 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 worker's 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 buy 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. 12 Offerors are urged to inspect the site where the work will be performed. A Pre-quote conference will be held May 20, 1999, at 2:00 P. M. at the Baton Rouge Depot, Baton Rouge, LA. Quotes may be submitted to 8725 John J. Kingman Road, Suite 4616, Fort Belvoir, VA 22060-6223 C/O Bid Custodian, Suite 4616 (Mail) or Suite 4528 (Hand-Delivered). Telephonic, telegraphic or faxed quotes will not be accepted. Quotes must be received by 2:00 p.m. on May 28, 1999. Question may be submitted to the Point of Contact named herein. Posted 04/29/99 (W-SN325723). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0085 19990503\S-0004.SOL)


S - Utilities and Housekeeping Services Index Page