Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1999 PSA#2432

Chief, Centralized Contracting Division (402D3), National Cemetery Administration Operations Support Center, 5101 Russell Rd., Quantico, VA 22134

93 -- THERMOPLASTIC/THEMOSETTING GRAVELINERS SOL RFQ 786-146-99 DUE 092799 POC Wayne A. Simpson, Contracting Officer, 202-273-5212 (voice); 202-273-6699 (fax) E-MAIL: Click here to contact the contracting officer via, wasimpson@cem.va.gov. This is a combined synopsis/solicitation for commercial items 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. Solicitation No. RFQ 786-146-99 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-13. FAR Clauses and Provisions referenced in this combined synopsis/solicitation may be obtained electronically at the following URL: http://www.arnet.gov/far/. VA Acquisition Regulations (VAAR) may be obtained electronically at the following URL: http://www.va.gov/oa&;mm/vaar/. Standard Industrial Classification (SIC) Code 3089 and a size standard of 500 employees applies to this acquisition. The National Cemetery Administration (NCA) has a requirement for thermoplastic/thermosetting graveliners, delivered F.O.B. Destination within Consignee's Premises to VA national cemeteries located throughout the 48 Continuous United States (CONUS), for use in the interment of casketed remains. A listing of VA national cemeteries and their addresses may be obtained from the following URL: http://www.va.cem.gov. Contract covers base period October 1, 1999 (or date of contract award, whichever is later), through September 30, 2000, with four one-year options to extend the term through September 30, 2004. Estimated quantities are as follows. Unit of issue is "each": (Base Period -- 10/1/1999 thru 9/30/2000) CLIN 001 Size A, 200 ea. CLIN 002 Size B, 5,500 ea. (Option Year 1 -- 10/1/2000 thru 9/30/2001) CLIN 101 Size A, 206 ea. CLIN 102 Size B, 5,665 ea. (Option Year 2 -- 10/1/2001 thru 9/30/2002) CLIN 201 Size A, 212 ea. CLIN 202 Size B, 5,835 ea. (Option Year 3 -- 10/1/2002 thru 9/30/2003) CLIN 301 Size A, 218 ea. CLIN 302 Size B, 6,010 ea. (Option Year 4 -- 10/1/2003 thru 9/30/2004) CLIN 401 Size A, 225 ea. CLIN 402 Size B, 6,190 ea. Quoters shall submit a unit price for each CLIN shown, including commercial and descriptive product literature, as well as warranty information. Delivery time for all CLINs is within thirty (30) calendar days of contractor's receipt of order from the issuing office. The delivery time is mandatory. The Government reserves the right to transmit orders to the contractor by electronic methods. Salient characteristics. Liner, grave, thermoplastic/Thermosetting -- Thermoplastic/Thermosetting materials used in graveliner construction will consist of any organic, synthetic or processed natural polymers that are molded, cast, extruded, drawn, laminated, or otherwise formed into film, sheets, or other bulk geometries. The material shall be non-porous and non-biodegradable. Thermoplastic graveliners will have the property of becoming permanently rigid when heated and cured. Thermoplastic and thermosetting systems may exist as bulks and solids suitable to produce the performance required in this specification. Thermoplastic and thermosetting systems will be capable of withstanding all strains when subjected to temperatures of -3.89oC. Color -- Black. Style I -- Box with a self-aligning cover, sizes and internal dimensions: Size A, Length -- 234 cm + 1.3 cm, Width -- 89 cm + 1.3 cm, Height -- 77.5 cm + 1.3 cm, Weight -- 40.37 kg + 0.9 kg. Size B, Length -- 211 cm + 1.3 cm, Width -- 74 cm + 1.3 cm, Height -- 74 cm + 1.3 cm, Weight -- 31.75 kg + 0.9 kg Internal dimensions shown are nominal for the standard sizes and small variances are permitted in the use of standard commercial products providing size permits use of standard caskets. Workmanship. Graveliners shall be free from defects, which detract from its appearance or impair its serviceability. All interlocking structures or holes must be matched and aligned to facilitate fastening the parts to make a stable structure. No foam or filler is allowed in the construction. Performance. Graveliners furnished will be designed for a maximum burial depth of seven feet from the bottom of the liner, with minimum soil cover of 46 cm, be capable of structurally withstanding passage of an axle load of 5.0 metric tons after burial and provide for ease of installation. Liners will have a sufficient weight bearing surface area to prevent sinkage. This area may vary depending upon soil conditions, but in all cases, will be capable of passing the functional test specified in paragraphs entitled "Functional tests" in order to perform this function in place after installation. Design and construction. Thermoplastic/Thermosetting Graveliners will meet the performance requirements. The design thickness of thermoplastic material must exceed 1/8 inch in portions of the dome or top portion of the box. In all cases, the liner will be capable of supporting the required axle load of 5.0 metric tons plus the superimposed earth load. QUALITY CONTROL AND ASSURANCE PROVISIONS Responsibility for inspection. Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his own or any facilities suitable for the performance of the inspection requirements specified herein unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. Records. Records of examinations and tests performed by or for the contractor shall be maintained by the contractor and made available to the Government, upon the Government's request, at any time, or from time to time, during the performance of the contract and for a period of three years after delivery of the supplies to which such records relate. Inspection. Inspection, as used herein, is defined as both examination (such as visual or auditory investigation without the use of special laboratory appliances or procedures) and testing (determination by technical means of physical and chemical properties) of the item. Preproduction sample. When specified a preproduction sample will be required and will be examined and tested in accordance with this specification. The preproduction sample will be representative of the production article. However, the requirements for furnishing a preproduction sample may be waived as to a quoter if: a. The quoter states in the quote that the product offered is the same as a product previously furnished to the procuring activity under a prior contract, and the quoter identifies the contract. b. The contracting officer determines that such product meets the requirements of the specifications. Tests. Tests shall be conducted to determine compliance with this commercial item description requirements. Where feasible, the same sample shall be used for the determination of two or more test characteristics. During the first year of the contract a baseline laboratory test will be developed to replicate the in ground test. This laboratory baseline test will be used to conduct periodic tests of selected product. Testing of components. Upon request, the supplier will furnish a certification of compliance, an analysis for all characteristics of material specified and applicable referenced specifications. The Government reserves the right to verify the correctness of such certificates of compliance and analysis. The graveliners will conform to the following American Society for Testing and Materials (ASTM) Standards. ASTM D-256 -- Notched IZOD Impact Strength ASTM D-638 -- Tensil Strength at Yield ASTM D-638 -- Tensil Modulus ASTM D-648 -- Deflection Temperature (Amended) ASTM D-785 -- Hardness ASTM D-790 -- Flexural Modulus and Flexural Strength ASTM D-792 -- Specific Gravity ASTM D-1238 -- Melt Flow Rates Sampling for examination. Sampling for examination shall be conducted in accordance with MIL-STD-105, with an AQL of 1.0 (percent defective) and an inspection level of S-1. Examination of furnished product. Graveliners will be examined for the defects listed below. Whenever a deviation to specified requirements is noted, correction will be made. Failure to make corrections will be cause for rejection: a. Size/dimensions not as specified. b. Weight not as specified. c. Materials not as specified. d. Surface contains foreign inclusions, spalling, holes, cracks, large voids, or other evidence of poor manufacture. Functional test. Upon Request, a functional load test will be made at the contractor's expense under the direction of the contracting officer, or his/her representative, to insure the graveliner, as furnished, will be capable of support load weight stated in paragraph entitled "Design and construction". The functional test will consist of the following: Confined loading. The liner shall be placed on a flat surface below ground and covered with a granular soil material. The soil will be compacted thoroughly around and on top of the liner to a thickness of 46 cm. A wheeled tractor or truck with an axle load of 5.0 metric tons will then be passed over the covered liner a minimum of 20 times in repetition. The liner must not show any signs of material overstress or cracking. The contracting officer or his/her designated representative at any time may make unannounced inspections of the contractor's plant. Contractor certification. The contractor shall certify that the product offered meets the salient characteristics of this specification and conforms to the producer's own drawings, specifications, standards, and quality assurance practices. The Government reserves the right to require proof of such conformance prior to first delivery and thereafter as may be otherwise provided for under the provisions of the contract. REGULATORY REQUIREMENTS Federal Food, Drug and Cosmetic Act. If the product covered by this document has been determined by the U.S. Food and Drug Administration to be under its jurisdiction, the offeror/contractor shall comply, and be responsible for compliance by its subcontractors/suppliers, with the requirements of the Federal Food, Drug and Cosmetic Act, as amended, and regulations promulgated thereunder. In addition, the offeror/contractor shall comply, and be responsible for compliance by its contractors/suppliers, with the requirements of all other applicable Federal, State, and local statutes, ordinances, and regulations. Recovered materials. The offeror/contractor is encouraged to use recovered material in accordance with Federal Acquisition Regulation Subpart 23.4 to the maximum extent practical. Packaging and packing. Graveliners will be palleted or otherwise prepared for shipping in accordance with standard commercial practice to insure carrier acceptance and safe delivery in containers complying with rules and regulations applicable to the mode of transportation. Marking. Shipping containers will be marked in accordance with the manufacturer's standard commercial practice. Copies of Federal Standard No. 376, Preferred Metric Units for General Use by the Federal Government, may be obtained from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20420. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following FAR and VAAR clauses are incorporated by addenda: 52.217-9, Option to Extend the Term of the Contract; 52.247-35, F.O.B. Destination, Within Consignee's Premises; 852.211-72, Inspection; 852.216-70, Estimated Quantities for Requirements Contracts; and 852.270-4, Commercial Advertising. The following FAR clauses are incorporated in full text by addenda: FAR 52.216-18 Ordering. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 1, 1999 (or from date of contract award, whichever is later) through September 30, 2004. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19 Order Limitations. (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 10 graveliners for delivery to a specific individual national cemetery, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 500 graveliners for delivery to a specific individual national cemetery; (2) Any order for a combination of items in excess of 500 for delivery to a specific individual national cemetery; or (3) A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 calendar days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-21 Requirements. (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after October 30, 2004. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses in FAR 52.212-5 are applicable: 52-203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Records on Disabled Veterans and Veterans of the Vietnam Era; 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Programs; 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration; 52.232-36, Payment by Third Party. FAR Provision 52-212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. The following VAAR provisions are incorporated as addenda: 852.270-1, Representatives of Contracting Officers; and 852.233-70, Protest Content. FAR 52.212-2 Evaluation -- Commercial Items, (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; and (iii) past performance (see FAR 15.304). The foregoing factors are shown in descending order of importance. Technical and past performance, when combined, are significantly more important than cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR Provision 52-212-3, Offeror Representations and Certifications -- Commercial Items, shall be included with the offeror's quotation, along with the provision at VAAR 852.219-70, Veteran-Owned Business. Quotations should be submitted via e-mail (preferred method) to: wasimpson@cem.va.gov, or by U.S. Mail, or otherwise hand-delivered so as to reach the issuing office no later than 4:00 p.m., EDT, Monday, September 27, 1999. Facsimile quotations are not authorized. Posted 09/12/99 (W-SN379240). (0255)

Loren Data Corp. http://www.ld.com (SYN# 0357 19990915\93-0002.SOL)


93 - Nonmetallic Fabricated Materials Index Page