Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

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

81 -- REFRIGERATED CONTAINERS WITH CHASSIS AND GENERATOR SETS SOL DAMT01-99-R-9012 DUE 080599 POC Kathy L. Lynch, Contract Specialist, (703) 681-6140 (703) 681-9112 facsimile E-MAIL: Kathy L. Lynch, Contract Specialist, lynchk@mtmc.army.mil. THIS IS A COMBINED SYNOPSIS/SOLICITATION for the purchase 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-9012 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) #97-13, and DFARs Change Note DCN19990722. 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 seven (7) 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 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. Operation with AC 220V, 3 Phase 50/60 Hz and AC 380/ 440V 3 Phase 50/60 Hz power supply, as applicable, subject to normal fluctuation. 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. Chassis furnished to the government may be new or used, but shall meet the following requirements. All chassis shall meet the following requirements upon delivery to the government; and upon return of the chassis to the contractor, the government shall either restore and repair the chassis to meet such requirements or compensate the contractor for such restoration and repair: State of Repair. All chassis delivered and returned shall comply with the latest edition of the IICL Guide for Container Chassis Inspection and all supplements and technical bulletins pertaining thereto. FHWA. All chassis shall have been inspected pursuant to the regulations of the FHWA within three (3) business days of delivery. 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: 12X20' Refrigerated Containers, 12X20' Chassis, and 12X20' Generator Sets. CLIN 0001AA 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 0001AB CONTAINER REPLACEMENT PRICE; CLIN 0001AD TECHNICAL SERVICE/PARTS MANUAL FOR CLIN 0001. CLIN 0001AE SPARE PARTS KIT. CLIN 0002AA LEASE OF GENERATOR SET FOR USE WITH CLIN 0001; CLIN 0002AB GENERATOR REPLACEMENT PRICE. CLIN 0006AA LEASE OF STRAIGHT FRAME OR GOOSENECK 20' CHASSIS; CLIN 0006AB CHASSIS REPLACEMENT PRICE. CLIN 0013AA DRAYAGE (SETUP)TO FORT GILLAM, GA; CLIN 0014 DELIVERY OF CLINS 0001AA,0002AA, 0001AD, 0001AE, AND 0006AA. CLIN 0012 REEFER MECHANIC (HOURLY RATE). (vii) Unit of Issue: Each (viii) Destination Information: Fort Gillam, GA (see ix for additional information). (ix) Delivery Schedule: 1. Delivery shall be completed no later than the required delivery dates identified below to the following location: 3rd US Army, Bldg 208A, Fort Gillam,GA 30297-5123 (QTY: 12X20' Reefers, 12X20' Chassis, 12X20' GenSets), RDD 06 Aug 99. (1) Primary point of contact: Ms. Sparks, (404) 363-6317. (2) Facility Hours of Operation: 7:30 a.m. to 4:30 p.m. (EDT), Monday thru Friday. (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 1999) 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 (JUNE 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) One (1) copy of your proposal is due not later than 1500 hours EDT on August 5 25,1999 at Headquarters, Military Traffic Management Command, JTMO, ATTN: MTAQ-J, Nassif Building, Room 108, 5611 Columbia Pike, Falls Church, VA 22041-5050 or by fax at (703) 681-9112. (xvii) If you have any questions please contact Ms. Kathy L. Lynch (703) 681-6140 or by e-mail at lynchk@mtmc.army.mil. Posted 08/04/99 (W-SN363203). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0438 19990806\81-0004.SOL)


81 - Containers, Packaging and Packing Supplies Index Page