Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394

U.S Customs Service, 6026 Lakeside BLVD ATTN: FPSG, Indianapolis, IN 46278

35 -- AUTOMATED MAIL INSPECTION CONVEYOR SYSTEM, CARSON, CA SOL -24225 DUE 081199 POC Betty Edmonds, Contract Specialist, US Customs Service, 317/298-1180 x1163 fax 317/298-1344 SOL CS-I-99-022 DUE 081199. This is a combined synopsis solicitation for commercial item, prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation CS-I-99-022 is issued as a request for proposal, and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-12. The standard industrial classification code is 3535 with a small business standard of 500 employees. This solicitation is for one contract line item number 0001, Automated Mail Inspection Conveyor System, one (1) each. Please note, all interested offerors must call 317/298-1180, ext 1163 for the SOW addenda; or FAX a request to (317) 298-1344, attention Betty Edmonds, citing solicitation number CS-I-99-022. Please include your company's complete name, address, including zip code, contact point, telephone and FAX number on the request. The offeror's firm fixed-price proposal shall include furnishing all labor, materials, and supervision necessary to design, fabricate, provide, install, test and warrant a conveyor system as shown on the drawings and specifications. The conveyor belt must effectively and efficiently provide a system with which to examine international mail and packages entering the United States through the Los Angeles, Port of Entry. The automated conveyor system shall fit in a work area measuring approximately 125 feet by 70 feet. The unit must have the capability to process at least 5,280 pieces per day and 660 pieces per hour. The package sizes processed on this system will not exceed seventy (70) pounds and should not be larger than 103" in length and girth. The US Postal Service will provide a 120/208 power panel dedicated for the belt. The government will provide the x-ray equipment which must be incorporated into the design of the belt system.The unit shall have at least five inspection areas which connect to both incoming and outgoing belts. This is a new facility and the area of installation will be completely open and available. The unit is to be installed and completely operational by December 1, 1999. The unit location shall be FOB Destination to US Customs Service, 21750 Arnold Center Road, Mail Unit, Carson, California 90810. Acceptance will also be at Carson, California. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, Instruction to Offerors- Commercial; in addition to the information described in this FAR provision FAR 52.212-1 Instruction to Offerors-Commercial, all offerors shall provide in their proposals specific and detailed information described below: FAR 52.212-2, Evaluation-Commercial Items, with following evaluation criteria included in paragraph (a) of the provision: There are four factors that will be used in evaluating proposals, as follows: 1) technical approach, 2) technical capability, 3)past performance and 4) cost or price. The technical approach is slightly more important than technical capability, which is slightly more important than past performance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Technical Approach: The offeror shall describe their technical approach for meeting the government's technical requirements. This includes providing a scope of work; work control methods, and a proposed design. Offerors are encouraged to use standard commercial designs, adapted to meet the governments needs as described in the SOW specifications. Technical Capability: This shall be based on overall system design with respect to the complete integration and functionality of the conveyor unit. The offeror shall provide information that reflects their ability to provide service, training and after the sale support. The overall technical capability shall be determined by the receiving facility specialists using their professionaljudgement for this type system. The contractor shall provide at a minimum a one year standard commercial warranty on installation, parts and labor. Past Performance: The past performance has three subfactors: 1) quality of product or service, 2) timeliness of performance and 3) and customer (end user) satisfation. Each of these subfactors has equal weight. The offeror shall provide a list of three contracts and subcontracts completed and/or currently in progress during the past three years that are similar to the solicitation specifications/ SOW. Offerors who are newly formed entities without prior contracts should list contracts and subcontracts performed by key personnel. Projects shall be identified with the name(s) of individual(s) who worked on them. On the rare occasion where there is no relavent experience, the contractor will receive a neutral rating. This will be accomplished by giving a new firm the average score of other competing offerors for past performance. Each offeror shall submit information on past performance, to include project or contract title, contract number, contract type, contract period of performance, total contract value, (including options), brief description of contract work, including the number of locations served, two contact references, listing the name, title, address and telephone number, a list of major subcontractors ($500,000 or more) and any major problems/corrective actions, if any. Also, include any quality certifications/awards. The government reserves the right to award a contract to the contractor who submits a proposal that provides the best overall value in terms of each of the evaluation categories identified above. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies; Offerors are advised to include a completed copy of this provision in their proposal. This FAR 52.212-3 provision may be obtained from a public library or by request from the contracting officer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies; FAR 52.212-5, Contracts Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies, with the following additional FAR clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1; FAR 51.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-3 Buy American Act-Supplies; FAR 52.232.33 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. The following clause is added to the solicitation: Treasury Acquisition Procurement Regulation 1046.673, Inspection, Acceptance, and Receiving Reports. In responding to this request for proposal, each offeror shall use the SOW addenda for the basis in demonstrating technical aproach, technical capability, past performance and cost/price. In those instances where technical data sheets are provided to show acceptability, the specific citation must be referenced to show applicability to the SOW. Proposed responses shall follow the SOW paragraphs. All offerors shall identify any areas of the requirements that they do not comply with. All responsible sources may submit an offer which shall be considered by the agency. Offerors shall submit three complete technical and cost proposals delivered to the Contracting Officer due on August 11, 1999, (not later than 2:00 p.m., local time), at the US Customs Service, Field Procurement Service Branch, Attn: Betty Edmonds, 6026 Lakeside Boulevard, Indianapolis, Indiana 46278. Posted 07/21/99 (I-SN357045). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0294 19990723\35-0001.SOL)


35 - Service and Trade Equipment Index Page