|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,2000 PSA#2617Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J,
5611 Columbia Pike, Room 107, Falls Church, VA 22041-5050 81 -- 40' ISO DRY CONTAINERS (USED) SOL DAMT01-00-T-0020 DUE 061300
POC Kathy L. Lynch, Contract Specialist (703) 428-2021 E-MAIL: 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 DAMT01-00-T-0020 is issued as a
Request for Quote (RFQ). (iii) The solicitation document and
incorporated provisions and clauses are those in effect through FEDERAL
ACQUISITION CIRCULAR (FAC) #97-18, and DFARs Change Note DCN20000522.
(iv) The SIC code is 3715. (v) CLIN 0001 -- 40' ISO DRY CONTAINERS,
USED, BUT NOT OLDER THAN THREE (3) YEARS OLD. CLIN 0002AA -- DELIVERY
CHARGES TO RED RIVER ARMY DEPOT, TEXARKANA, TX, QTY 8; AND CLIN 0002AB
-- DELIVERY CHARGES TO DEFENSE DISTRIBUTION DEPOT, SUSQUEHANNA, NEW
CUMBERLAND, PA, QTY 4. (vi) Description of Requirement: 1. The
Government shall procure 12X40' ISO Dry Containers, used, but not older
than three (3) years old. Each container shall be 40 feet long by 8
feet wide by 8 feet 6 inches high. Each container must conform to the
mandates of International Organization of Standardization (ISO)
Standards 668, 1161, 6346 and sections of International Standard 1496
and all amendments, supplements, and successors thereto 2. Each
container must have a current ISO CSC Inspection and/or be enrolled in
the vendors Approved Continuous Examination Program (ACEP). Each
container must meet IICL 5 standards, including all supplements and
technical bulletins, pertaining thereto. 3. 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 completed by 29 June 2000 at the following
locations: (a) Commander, Red River Army Depot, Bldg. 325, Texarkana,
TX, QTY 8. (1) Primary Point of Contact: John Powell, (903)
344-4207/4241. (2) Facility Hours of Operation: 0700 -- 1530, Monday
thru Thursday. (b) Commander, Defense Distribution Depot Susquehana,
New Cumberland, PA, QTY 4. (1) Primary Point of Contact: Dale Dearment,
(717) 770-4623. (2) Facility Hours of Operation: 0600 -- 1600, Monday
thru Friday. (viii) FAR 52.212-1 Instructions to Offerors, Commercial
Items (MAR 2000) 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 conform to the mandates of International Organization
of Standardization (ISO) Standards 668, 1161, 6346 and sections of
International Standard 1496 and all amendments, supplements, and
successors thereto. Factors are ordered in descending order of
importance. For the Delivery Schedule subfactor, proposals will be
evaluated on the basis of the demonstrated 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 IICL5 guidelines 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 (FEB 2000). (xi) FAR 52.212-4, Contract Terms and
Conditions -- Commercial Items (MAY 1999) 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 (FEB 2000) 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, 52.222-26 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). 52.247-64, 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 (MAR 2000). (xiii) DFARS clauses
252.225-7010 Duty-Free Entry -- Additional Provisions (MAR 1998) and
252.204-7004 Required Central Contractor Registration (MAR 2000) 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 1100
hours EDT on June 13, 2000 at Headquarters, Military Traffic
Management Command, ATTN: MTAQ-JI, Hoffman Building II, 200 Stovall
Street, Room 12S45, Alexandria, VA 22332-5000 or by fax at (703)
428-3363/3362. (xvii) If you have any questions please contact Ms.
Kathy L. Lynch (703) 428-2021 or by e-mail at lynchk@mtmc.army.mil.
Posted 06/06/00 (W-SN461787). (0158) Loren Data Corp. http://www.ld.com (SYN# 0307 20000608\81-0001.SOL)
81 - Containers, Packaging and Packing Supplies Index Page
|
|