Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 28,1999 PSA#2397

Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J, 5611 Columbia Pike, Room 107, Falls Church, VA 22041-5050

81 -- REFRIGERATED CONTAINERS AND GENERATOR SETS SOL DAMTO1-99-R-9011 DUE 072999 POC Allen F. Reed, Contract specialist 703/681-1420, 703/681-9112 (Facsimile) WEB: reeda@MTMC.army.mil, reeda@MTMC.army.mil. E-MAIL: reeda.MTMC.army.mil, reeda@MTMC.army.mil. THIS IS A COMBINED SYNOPSIS/SOLICITATION for the lease of commercial items prepared in accordance with (IAW) the format in 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. Solicitation Number DAMT01-99-R-9010 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR (FAC) #97-11, and DFARs Change Note DCN19990525. This solicitation is unrestricted. The SIC code is 3715. (i) National Stock Number (NSN): N/A (ii) Qualification Requirement: N/A (iii) Manufacturer: Various (iv) Size, Dimensions, or other forms, fit or functional Description: The JTMO intends to lease Refrigerated containers that are not more than five (5) years old. Containers leased in response to this synopsis/solicitation shall be fully operational and comply with International Organization for Standardization (ISO) Standards 668, 1161, 6346 and sections of International Standard 1496 applicable to the type of container under lease, and all amendments, supplements and successors thereto. State of Repair. IICL Guide for Container Equipment Inspection (most recent edition) and all supplements and technical bulletins pertaining thereto. Dimensions. All containers shall be 8 feet wide and 8 feet 6 inches high. Containers leased under CLIN 0001 shall be the 20ft, steel and/or aluminum, and possess the following features or characteristics: 1. Forklift pockets. 2. Interior sidewalls lined with corrugated stainless steel panels. 3. Floors of raised aluminum T-shaped design. 4. Rear end floors reinforced for forklift truck operation or impact. 5. Drain pans with at least two drain holes. 6. Drain pipes manufactured of polyvinyl chloride (PVC ) of low thermal conductivity. 7. Refrigeration and heating units operated solely by electricity with dual voltage capacity. 8. Operationwith AC 220V, 3 Phase 50/60 Hz and AC 380/ 440V 3 Phase 50/60 Hz power supply, as applicable, subject to normal fluctuation. The standard plug manufacturer's code may be obtained from Van Ommeren Shipping, Three Stamford Landing, 46 Southfield, Avenue, Suite 200, Stamford CT 06902. The telephone number is (203) 975-1010. 9 Equipment controlling temperature between -- 10 degrees and +75 degrees Fahrenheit or equivalent Celsius temperature. 10. Thirty-one (31) day cycle temperature recording devices capable of recording temperatures ranging from -20 degrees to +80 degrees Fahrenheit and equivalent Celsius temperatures. 11. Two (2) power cables, each a minimum of fifteen (15) meters long, one rated for 220V and the other rated for 440V to insure dual voltage flexibility. 12. Electrical plug as specified in each individual delivery. 13. Containers shall be furnished in a condition meeting or exceeding the recommendations of the latest edition of the IICL Guide for Refrigerated Container Inspection and Repair and all supplements and technical bulletins pertaining thereto. Customs. Customs Conventions on Containers and certification of compliance shall be issued by American Bureau of Shipping or Lloyds Register. Safety. International Convention for Safe Containers (CSC) 1972 and U.S. regulations thereunder. All necessary examinations shall be valid and current for at least thirty (30) months. (v) Predominant Material of Manufacture: Steel and/or aluminum. (vi) Quantity: 35X20' Refrigerated Containers and 35X20' Generator Sets. CLIN 0020AA LEASE OF REFRIGERATED ISO CONTAINER. 20' REFRIGERATED ISO CONTAINER 20' ISO FREIGHT RATING CONTAINER DESIGNATION 1CC ISO SIZE/TYPE CODE 4232 CODE 4232 ALUMINUM AND/OR STEEL VOLTAGE SYSTEM; CLIN 0020AD TECHNICAL SERVICE MANUAL FOR CLIN 0001. CLIN 0021AA LEASE OF GENERATOR SET FOR USE WITH CLIN 0020AA; CLIN 0013AA DRAYAGE; CLIN 0014 REDELIVERY (INCLUDING AT SAVANNAH, GA); CLIN 0015AA ON-HIRE LIFT (SAVANNAH, GA); CLIN 0015AB OFF-HIRE LIFT (SAVANNAH, GA). CLIN 0017 REEFER MECHANIC 80 HOURS (HOURLY RATE). (vii) Unit of Issue: Each (viii) Destination Information: Mullins, South Carolina (see ix for additional information). (ix) Delivery Schedule: 1. Delivery shall be completed no later than 2 August 1999 to the following location: Sopakco, 188 S. Cypress Street, Mullins, South Carolina 29574. (2) Facility Hours of Operation: 7:00 a.m. to 5:30 p.m. (EDT), Monday thru Friday. Primary/Alternate point of contact: Bill McCreary/Lonnie Thompson, 803/464-7851. (x) Duration of the Contract Period: The term of the lease is for a period of 180 days. (xi) the Government will award the contract to the responsible offeror whose offer represents the best overall value. (xii) FAR 52.212-1 Instructions to Offerors, Commercial Items (JUNE 1998) apply and are incorporated by reference. Please review and comply with all instructions. FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) is incorporated by reference and applies to this acquisition. In accordance with para (a), the Government will award the contract to the responsible offeror whose offer represents the best overall value. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUNE 1999) and DFAR 252.212-7000 Offeror Representations and Certifications -- Commercial Items (NOV 1995), 252.225-7006 Buy American Act -- Trade Agreements Act -- Balance of Payments Program Certificate (MAR 1998), 252-225-7007 Buy American Act -- Trade Agreements Act -- Balance of Payments Program (MAR 1998), and 252.225-7008 Supplies to be Accorded Duty-Free Entry (MAR 1998) with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999) is incorporated by reference and applies to this acquisition. Contract Type: Firm Fixed Price (FFP). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes -- Commercial Items (MAY 1999) is incorporated by reference; however, for paragraph (b) only the following provisions apply to this acquisition: 52.212-5 (b), 52.203-6 Restrictions on Subcontractor Sales to the Government with ALT 1 (JUL 1995). 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), (41 USC 423). 52.219-8 Utilization of Small Business Concerns (JAN 1999), (15 USC 4212). 52.219-9 Small Business Subcontracting Plan (JAN 1999). 52.222-26 Equal Opportunity (FEB 1999), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1998), (38 USC 4212), 52.222-36 Affirmative Action for Handicapped Workers (JUN 1998), (29 USC 793). 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1999), (38 USC 4212). 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program (JAN 1996) (41 USC 10, 19 USC 2501-2582.). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (JUN 1997) (46 USC 1241). DFARS clauses 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items (JAN 1999), and DFARS clauses 252.225-7009 Duty-Free Entry-Qualifying Country End Products and Supplies (MAR 1998), and 252.225-7010 Duty-Free Entry -- Additional Provisions (MAR 1998), and 252.204-7004 Required Central Contractor Registration (MAR 1998) are incorporated by reference and apply to this acquisition. (xiii) CBD Numbered Notes: N/A (xiv) DPAS Rating: N/A (xv) All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. (xvi) Submit your offers not later than 1300 hours EDT on July 29,1999 to Allen F. Reed via facsimile @ 703/681-9112 (primary) or 703/681-5621 (alternate) or by e:mail to reeda@MTMC.army.mil. Because electronic transmissions are not always reliable, call to confirm receipt of your offer. (xvii) If you have any questions please contact Mr. Allen F. Reed @ 703/681-1420 or by e-mail at reeda@MTMC.army.mil. Posted 07/26/99 (W-SN359035). (0207)

Loren Data Corp. http://www.ld.com (SYN# 0378 19990728\81-0005.SOL)


81 - Containers, Packaging and Packing Supplies Index Page