Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606

Commander, Marine Corps System Command, Code CTQ, 2033 Barnett Avenue, Ste 315, Quantico, VA 22134-5010

73 -- RUGGEDIZED FOOD AND BEVERAGE CONTAINERS SOL M67854-00-R-3055 DUE 062800 POC Benjamin Zaslow, Contract Specialist 703-784-5822 x223 E-MAIL: Contract Specialist, zaslowb@mcsc.usmc.mil. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, and using Simplified Acquisition Procedures in accordance with the "Test Program For Certain Commercial Items" (FAR 13.5), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and is a Request For Proposals (RFP). A written solicitation will not be issued. This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. SIC Code for this acquisition is 2821, and the Small Business Size Standard is 750 employees. The Provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. The Marine Corps System Command (MARCORSYSCOM) requests offers from qualified sources capable of providing the following Commercial-Off-The-Shelf (COTS) items: CLIN 0001 -- Portable Ruggedized Food Container, and CLIN 0002 -- Portable Ruggedized Beverage Container. The CLIN 0001 Food Container shall incorporate a non-removable food grade stainless steel liner. It shall have a capacity of between six and eight gallons, and shall not exceed 35 pounds in weight. Must be available in Standard NATO Green color. The container shall be fully functional in temperature extremes from minus 25 F to 100 F. Rations heated to 180 F and placed inside the container must maintain a minimum temperature of 140 F or higher for twelve or more hours in ambient temperature of minus 25 F. Rations cooled to a maximum of 35 F and placed inside the container must maintain a maximum of 45 F for twelve or more hours in ambient 100OF temperatures; The CLIN 0002 Beverage Container shall incorporate a non-removable food grade stainless steel liner. It shall have a capacity of three gallons, and shall not exceed 15 pounds in weight. Must be available in Standard NATO Green color. The container must be fully functional in temperature extremes from minus 25 F to 100 F. It must maintain hot beverages at not less than 160OF, and cold beverages at not greater than 50OF, for twelve hours in ambient temperatures between minus 25 F and 100 F. MARCORSYSCOM intends to issue a 5 year Indefinite Quantity / Indefinite Delivery (IDIQ) contract based on firm-fixed prices. Award is anticipated in FY 00. Aggregate minimum and maximum quantities for the life of the contract are 1000 / 10,000. Minimum and maximum quantities for each individual delivery order are 100 / 10,000. Each of the two CLINs will be further subdivided into yearly ordering periods according to the following structure -- CLIN 0001 (Food Container) shall be subdivided into CLIN 0001AA, 0001AB, 0001AC, 0001AD, 0001AE, with AA being the first yearly ordering period, and AE the last. CLIN 0002 (Beverage Container) shall be similarly divided, with 0002AA being the first yearly ordering period, and 0002AE the last. Written proposals shall contain the following: 1) unit price for CLIN 0001AA -- AE, and CLIN 0002AA -- AE, in accordance with the following stepladder quantities matrix: 50-100, 101-500, 501-1000, 1001-5000. Pricing shall be FOB Origin. Each offeror who believes that acquisitions in different quantities would be more advantageous is invited to recommend an economic purchase quantity. If different quantities are recommended, a total and a unit price must be quoted for applicable items. An economic purchase quantity is that quantity at which a significant price break occurs. If there are significant price breaks at different quantity points than listed above, this information is desired as well (FAR 52.207-4) 2) sufficient documentation to establish a bonifide capability to fulfill the technical requirements stated above, including commercial literature 3) warranty information 4) relevant past history on contracts of a similar nature, including customer name, contract number, award quantity, total contract value, and point of contact 5) a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, which can be found at the following website -- http://www.arnet.gov/far/loadmain52.html 6) in accordance with FAR 19.702, an acceptable small business sub-contracting plan shall be required, or a request for a waiver shall be submitted citing one of the exceptions listed in 19.702(b), and 7) delivery lead time. Proposals shall be sent by UPS, FED-EX, or Hand Delivered to: Commander, Benjamin Zaslow CTQ 3BZ, MARCORSYSCOM, 3041A McCawley Ave, Quantico Va 22134-5010, and be received not later than 1500 hrs, 28 June, 2000. Award will be based on Best Value to the Government, using the following evaluation criteria: 1) ability to meet all performance specifications 2) company experience, management capability, and quality control 3) price, which will be evaluated at an ordering quantity of 200, and stepladder discounting, which will be evaluated for each Sub CLIN, 4) delivery lead time, and 5) past performance. In addition to FAR 52.212-3 cited above, the following FAR Provisions and Clauses also apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Of Executive Orders -- Commercial Items, from which the following numbers apply: 1, 5, 6 alt II, 11, 12, 13, 14, 15, 16, 17, 18, and 22); 52.216-18 -- Ordering, Full Text Follows: (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 date of contract award through sixty months after contract award (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 (end of clause). 52.216-19, Order Limitations, (Oct 1995) Full Text Follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50 each for all CLIN 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 5000 each (2) Any order for a combination of items in excess of 10,000 (3) A series of orders from the same ordering office within 30 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 15 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; 52.216-22, Indefinite Quantity; 52.216-27, Single or Multiple Awards. Full texts can be viewed at the website listed above. Posted 05/19/00 (W-SN456528). (0140)

Loren Data Corp. http://www.ld.com (SYN# 0243 20000523\73-0001.SOL)


73 - Food Preparation and Servicing Equipment Index Page