Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1999 PSA#2439

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

81 -- 20' AMMO GRADE CONTAINERS (USED) SOL DAMT01-99-R-9015 DUE 092499 POC Kathy L. Lynch, Contract Specialist, (703) 681-6140 or (703) 681-9112 (facsimile) E-MAIL: Kathy L. Lynch, Contract Specialist, lynchk@mtmc.army.mil. (i) 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. This solicitation is unrestricted. (ii) Solicitation Number DAMT01-99-R-9015 is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR (FAC) #97-13, and DFARs Change Note DCN19990819. (iv) The SIC code is 3715. (v) CLIN 0001 -- 20' AMMO GRADE CONTAINERS, END-OPENING, USED, BUT NOT OLDER THAN TWO (2) YEARS OLD. CLIN 0002 -- Delivery of CLIN 0001 -- Delivery to MCB, Camp LeJeune, NC, qty: 70, (painted Olive Drab or Green). (vi) Description of Requirement: 1. The Government will procure 70X20' Ammo Grade Containers, used, but not older than two (2) years old. Each container shall be 20 feet long and specifically designed to facilitate the carriage of hazardous/explosive cargo by road, rail, and sea modes of transportation worldwide. Each container must conform to the mandates of 49 CFR, parts 450, 451 & 453. Each container must meet the structural and serviceability requirements of the International Marine Dangerous Goods (IMDG) code and mandates of CFR 49, parts 176 and 172. 2. Each container must have current ISO CSC Inspection and/or be enrolled in the vendors Approved Continuous Examination Program (ACEP). Each container must meet MIL-HDBK-138-A guidelines. 3. 49 CFR 176.170 governs the transport of class I (explosive) materials if freight containers. Specifically, containers must have a floor consisting of tightly fitted wooden boards, plywood or equivalent non-metallic material and non-metallic lining. 49 CFR 176.172 identifies serviceability requirements for freight containers carrying class I (explosive) materials on ships. Specifically: a.Containers may not be used unless they are deemed structurally serviceable as evidenced by a current CSC plate (and ACEP sticker if unit is in the ACEP program). b.Structurally serviceable means that the freight container or vehicle can not have major defects in its structural components. c. Primary Structural Components. An intermodal container with any major defect in any component of its primary structure is unacceptable. For purposes of this criteria, primary (main) structural components (members) include: corner fittings, corner posts, door sill and header, top and bottom end rails, top and bottom side rails, floor cross members, and forklift pockets. d.Major defects A major defect includes: (i) Dents or bends in any primary structural component greater than inch (19mm), regardless of length; (ii) A crack, break, cut, tear, puncture, or corrosive failure in any primary structural component; (iii)A missing, cracked, or broken weld at the juncture between any primary structural components; (iv) A loose or missing fastener at the juncture between any primary structural components of an aluminum type container; (v) More than one splice or an improper splice (such as a lapped splice) in top or bottom end rail or door header; (vi) More than two splices or an improper splice in any one top or bottom side rail; (vii) More than two splices or an improper splice in any one floor cross member, including a cross member that forms a side of a forklift pocket; (viii)Any splice in a door sill or corner post; or (ix) Door hinges and hardware that are seized, twisted, broken, missing or otherwise inoperative; (x) Any distortion of the overall configuration great enough to prevent alignment of handling equipment, mounting and securing chassis or vehicle, or insertion into shipcells (Separation between top of fork liftpocket and underside of door greater than 3/8 inch (10mm) at point of attachment) (xi) Rusted out metal in sidewalls or disintegrated fiberglass. Normal wear, including oxidation (rust), slight dents (exterior dent is acceptable provided no cube loss) and scratches, and other damage that does not effect serviceability or the weather-tight integrity of the units is acceptable (xii) Any damage or degradation within a component that could place any person in danger during subsequent handling, stacking, or transport of intermodal container. 4. Splice means any repair of a freight container main structural member which replaces 5. Special Requirements: a. Duty-Free Customs Information. All shipping documents submitted to Customs, covering foreign end products for which duty-free entry certificates are to be issued IAW DFAR Clause 252.225-7009 -- Qualifying Country End Products and Supplies (MAR 1998) shall be annotated with the contract number and marked as follows: "UNITED STATES GOVERNMENT, DEPARTMENT OF DEFENSE Duty-Free Entry to be claimed pursuant to section XXII, Chapter 98, Subchapter VIII, Item 9808.00.30 of the Harmonized Tariff Schedule of the United States. Upon arrival of shipment at the appropriate port of entry, District Director of Customs, please release shipment under 19 CFR part 142 and notify Commander, Defense Contract Management Area Operations (DCMAO)-New York, ATTN: Customs Team (DCMDN-GNIC) 207 New York Avenue, Staten Island, NY 10305-5013, Phone (718) 390-1065, Facsimile (718) 390-1093." (vii) Delivery shall be conducted between the period 27 September 1999 -- 30 October 1999 at the following location: Marine Corp Base (MCB) Lot #201 Camp LeJeune, NC (1) Primary Point of Contact: CPT Paulsen, (910) 451-8413/8891 (2) Facility Hours of Operation: 0730 -- 1630, Monday thru Friday. (3) The facility can accept up to 20X20' Ammo Grade Containers per day. (viii) FAR 52.212-1 Instructions to Offerors, Commercial Items (JUNE 1999) apply and are incorporated by reference. Please review and comply with all instructions. (ix) 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. The Government will determine each offeror's overall value on the basis of an integrated assessment of three evaluation factors: Technical Capability, Past Performance, and Price. Subfactors for Technical Capability are (1) Ability to Meet the Age Criteria and Specifications as described in the subject synopsis/solicitation; and (2) Delivery. For Ability to Meet Age Criteria and Specifications, the Offeror shall identify manufacturer of container, date of manufacture, and country of origin and shall provide compliance with all 49 CFR 176.170 guidelines that govern the transportation of Class I (Explosive) Materials. Factors are ordered in descending order of importance. For the Delivery Schedule subfactor, proposals will be evaluated on the basis of the emonstrated ability of the offeror to meet the Required Delivery Dates (RDD). For the Past Performance evaluation factor the Offeror shall provide as part of their proposal not less than three (3) contracts for the purchase of the same or similar items completed during the past two (2) years using the Past Performance Reference Sheet and completed in accordance with the specified instructions. Contracts listed may include local governments and commercial customers. Offerors that are newly formed entities without prior contracts must list contracts as required above for all key personnel. The Government reserves the right to consult other sources of information concerning your past performance, including, but not limited to, past and present customers and subcontractors or other financial sources. This performance information will be used to determine the offeror's: (1) ability to provide the same or similar units which meet technical and Ammo Grade specifications and (2) ability to meet delivery schedules. The Dun & Bradstreet or other financial resources may be used to determine the financial soundness of the offeror. Within the "Technical Capability" evaluation factor, subfactor (1), "Ability to Meet Age Criteria and Specifications is of greater weight than subfactor (2), "Delivery". The two subfactors when combined equal the "Technical Capability" evaluation factor, and are significantly more important than "Past Performance." Technical Capability and past performance when combined are more important than price. Award will be based upon the best value to the Government, price and non-price factors considered. (x) 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. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY1999) is incorporated by reference and applies to this acquisition. Contract Type: Firm Fixed Price (FFP). (xii) 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). (xiii) 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. (xiv) DPAS Rating: N/A (xv) CBD Numbered Notes: N/A (xvi) All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. One (1) copy of your proposal is due not later than 1500 hours EDT on September 24,1999 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 09/21/99 (W-SN382824). (0264)

Loren Data Corp. http://www.ld.com (SYN# 0313 19990923\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page