Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1999 PSA#2501

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle, WA 98115-0070

22 -- RAILWAY EQUIPMENT -- SCRAPE RAILROAD WHEELS SOL 52ABNR000036 DUE 011300 POC Judi M. Jzyk, Contract Specialist @ (206) 526-6039 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 52ABNR-0-00036 and is issued as an Invitation for Bid (IFB). This procurement will be conducted using simplified acquisition procedures under FAR Part 14. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 97-14. Any resulting contract from this solicitation will be a firm-fixed price, indefinite delivery, indefinite quantity type contract with a base period of one year and will include option(s) to provide service for two (2) additional one-year periods. The standard industrial classification code (SIC) is 9999 and the small business size standard is $5 million. The solicitation is 100% set-aside for small businesses. The NOAA/PMEL has a requirement to acquire railroad wheels which comply with the following specifications: Item A -- Scrap railroad wheel with shaft flame cut or better 42 inches from inside of wheel. Cut should be level + one-half ( ) inch. Approximate weight of 1100 pounds. Maximum shaft diameter at cut not to exceed seven and one-half (7-1/2) inches. Axel must be flush cut on bottom to allow wheel to sit flat on a flat surface. Wheel shall contain a drilled hole of one and nine-sixteenths (1-9/16) inch diameter through the center of the shaft with the hole centered two and one-half (2-1/2) inches below cut edge of axel and parallel to base of the wheel. The hole shall allow for insertion of one and one-half (1-1/2) inch diameter steel rod; Item B -- Scrap railroad wheel with axel pressed out. Minimum hole diameter eight and one-fourth (8-1/4) inch, weight of 840 pounds (plus or minus 30 pounds); and Item C -- Scrap railroad wheel with axel pressed out with a minimum hole diameter of eight and one-fourth (8-1/4) inch, weight of 710 pounds (plus or minus 30 pounds). The Schedule of Prices/Costs to be provided as follows: Item A -- Furnish and delivery of a minimum quantity of 100 each at unit price of $_______ for a total of $__________; Item B -- Furnish and delivery of a minimum quantity of 300 each at unit price of $_______ for a total of $____________; and Item C -- Furnish and delivery of a minimum quantity of 100 each at unit price of $_______ for a total of $_________. Quantities provided above are for informational purposes only and are not intended to imply that the quantity stated is an exact indication of the total services that will be required. NOTE: Bidders must submit bids on all items and provide pricing for the base year and each of the two option years. Failure to do so may disqualify the bid. Delivery terms shall be a maximum of sixty (60) calendar days, FOB Seattle, Washington, after issuance of an order. Orders will be issued on an as-needed basis and in writing. Orders may be placed orally in emergency circumstances with confirmation in writing. Order(s) placed by the Government within the base year will total a minimum of $25,000. Minimum ordering limitations are applicable to the base year only and do not apply to any option(s) which may or may not be exercised under this contract. The following clauses and provisions are applicable to this acquisition and are incorporated by reference as follows: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; and FAR 52.212-1, Instructions to Offerors-Commercial Items. The following clauses and provisions are applicable to this acquisition and are incorporated by reference or with text under FAR 52.212-4, Addendum: (FAR 52.252-2, Clauses Incorporated by Reference) 52.216-18, Ordering; 52.216-19, Order Limitations -(a) Minimum order: $25,000, (b) Maximum order: The Contractor is not obligated to honor (1) Any order for a single item in excess of $200,000;(2) Any order for a combination of items in excess of $200,000; or (3) A series of orders from the same ordering office within thirty (30) calendar days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (d) seven (7) calendar days after issuance; 52.216-22, Indefinite Quantity; Option(s) The Government may require continued performance of this contract for up to two (2) additional one-year periods at the rates established under the Schedule. Any listed option(s) may be exercised by the Government prior to the date listed in the Contract or Order in which the option is contained. The Contracting Officer may exercise the option(s) by written notice to the Contractor anytime within the one year term of this contract, or within the previous year, if exercising the second year option; Contracting Officer's Technical Representative (COTR) -- (a) A COTR will be appointed/designated by letter, upon award of this contract. The COTR may be changed at any time by the Government without prior notice to the contractor but notification of the change, including the name and address of the successor COTR, will be promptly provided to the Contractor by the Contracting Officer in writing. (b) The responsibilities and limitations of the COTR are as follows: (1) The Contracting Officer's Technical Representative is responsible for the technical aspects of the project and technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all reports, and such other responsibilities as may be specified in the contract. (2) The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the Contract price, terms or conditions. The COTR is not authorized to provide continuous or direct supervision of the contractor or its employees. (3) Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. The COTR may designate assistant COTR(s) to act for him by naming such assistant in writing and transmitting a copy of such designation through the Contracting Officer to the Contractor.; Contract Administrator Judi M. Jzyk is hereby designated as the Contract Administrator for this contract and all subsequent orders. All correspondence and inquiries concerning the resulting contract should be addressed to Ms. Jzyk at the DOC/NOAA/WASC address. The following clauses cited in FAR 52.212-5 are applicable to this acquisition and are added: 52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, and 52.232-34. The following clauses and provisions are applicable to this acquisition and are incorporated by reference or in full text under FAR 52.212-1, Addendum: 52.214-33, Submission of Offers in the English Language; 52.214-34, Submission of Offers inUS Currency; and Service of Protest: An agency level protest may be filed with either the Contracting Officer or the Agency Protest Decision Authority. Procedures for filing an agency protest with the Protest Decision Authority are contained in the Agency Protest Procedures clause contained in Part II herein. Agency protests filed with the Contracting Officer shall be sent to the following address: Ms. Heide Sickles, NOAA, WASC, Acquisition Management, 7600 Sand Point Way, NE -- WC31, Seattle, WA 98115 If a protest is filed with the General Accounting Office (GAO), a complete copy of the protest and all attachments shall be service upon the Contracting Officer as well as the Contract Law Division of the Office of the General Counsel within one day of filing with GAO. Service upon the Contract Law Division is to be made as follows: U.S. Department of Commerce, Contract Law Division, Office of the General Counsel, Herbert C. Hoover Building, Room 5893, 14th Street and Constitution Avenue, NW, Washington, D.C. 20230, Attention: Jerry Walz, Fax 202/482-5858. Bidders are required to complete and submit a copy of the information stated in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov/far. IFB submissions must be in writing and are due in the designated contracting office by 2:00pm, local time, January 13, 2000, at the address noted below. Submissions to include (1) bid prices for all contract line items for base year and each option year and includes a date and signature of a representative of the company who has authority to bind the company; (2) the Contractor's name, address, telephone number, fax number, and DUNS number; and (3) a signed copy of the Representations and Certifications (FAR 52.212-3). Addressing shall be: (a) If mailing through the U.S. Postal Service use the following address: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand Point Way, NE, BIN C15700, Seattle, Washington 98115-0070; and (b) If hand delivery, or using a courier service, use the following: DOC/NOAA/WASC, Acquisition Management Division, 7600 Sand Point Way, NE, Building 1, Location 22, Seattle, Washington 98115-0070. Submission of faxed responses is not allowed under this solicitation and will not be accepted. For your convenience a bid schedule is available and will be provided upon request. All responsible sources may submit a bid which will be considered by the Agency. Posted 12/20/99 (W-SN410006). (0354)

Loren Data Corp. http://www.ld.com (SYN# 0133 19991222\22-0001.SOL)


22 - Railway Equipment Index Page