Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 6, 2000 PSA #2679
SOLICITATIONS

81 -- 20' DRY AMMO GRADE CARGO CONTAINERS, DESERT TAN, USED, 3YRS OR YOUNGER

Notice Date
September 1, 2000
Contracting Office
Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J, 200 Stovall Street, Room 12S45, Alexandria, VA 22332-5000
ZIP Code
22332-5000
Solicitation Number
DAMT01-00-R-0060
Response Due
September 12, 2000
Point of Contact
Contact Cathy Golden, Contract Specialist, 703-428-2045, FAX 703-428-3362/3/Edward G. Dawson, Jr., Contracting Officer, 703-428-2020, FAX 703-428-3362/3
E-Mail Address
goldenc@mtmc.army.mil (goldenc@mtmc.army.mil)
Description
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. SOLICITATION NUMBER DAMT01-00-R-0060 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR (FAC) #97-19, and DFARS Change Note 20000817. This solicitation is unrestricted. The SIC code is 3799. (i) National Stock Number (NSN): N/A (ii) Qualification Requirement: N/A (iii) Manufacturer: Various (iv) Size, Dimensions, or other form, fit or functional description: 1. The Contractor shall provide one hundred ten (110) Dry 20' Ammo Grade Containers (Used, Desert Tan), not older than three (3) years old. Each container shall be 20' long and specifically designed to facilitate the transportation 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, and 453. Each container must meet the structural and serviceability requirements of the International Marine Dangerous Goods (IMDG) Code and mandates of CFR 49, Parts 172 and 176. 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 MIL-HNBK-138-A guidelines. Containers must also meet the following criteria: a. 49 CFR 176.170 governs the transport of class I (explosive) materials in freight containers. Specifically, containers must have a floor consisting of tightly fitted wooden boards, plywood or equivalent non-metallic material and non-metallic lining. b. 49 CFR 176.172 identifies serviceability requirements for freight containers carrying class I (explosive) materials on ships. Specifically: (1) 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). (2) Structurally serviceable means that the freight container or vehicle can not have major defects in its structural components. (3) Primary Structural Components. An intermodal container with any major defects 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. (4) Major defects. A major defect includes: (a) Dents or bends in any primary structural component greater than inch (19mm), regardless of length. (b) A crack, break, cut, tear, puncture, or corrosive failure in any primary structural component. A missing, cracked, broken weld at the juncture between any primary structural components. (c) A loose or missing fastener at the juncture between any primary structural components of an aluminum type container. (d) More than one splice or an improper splice (such as a lapped splice) in top or bottom end rail or door header. (e) More than two splices or an improper splice in any one top or bottom side rail. (f) 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. (g) Any splice in a doorsill or corner post. (h) Door hinges and hardware that are seized, twisted, broken, missing or otherwise inoperative. (i) 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 forklift and underside of door greater than 3/8 inch (10mm) at point of attachment). (j) 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. (k) Any damage or degradation within a component that could place any person in danger during subsequent handling, stacking, or transport of the intermodal container. c. Splice means any repair of a freight containers main structural member which replaces material, except complete replacement of the member. d. Special Requirements: (1) 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 252.225-7009 -- Duty-Free Entry-Qualifying Country Supplies (End Products and Components) (MAR 98) 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 CDR, DCMAO-New York, ATTN: Customs Team (DCMDN-GNIC) 207 New York Ave, Staten Island, NY 10305-5013, 718-390-1065, FAX 718-390-1093." (2) Inspection will be performed at the Contractor's depot of origin unless otherwise specified at the time of purchase. Contractor is responsible for containers to be in acceptable condition at delivery location. Contractor shall be liable for any damages that occur during transit to the delivery location. The Government's inspection shall be in accordance with MIL-HDBK-138-A requirements. Depot of origin associated with this offer: Give a complete company name and address where equipment is located for 3rd party inspection services. (v) Predominant material of manufacture: Steel and/or aluminum. Materials not specified shall be in accordance with Federal, Military, or National Technical Society, Association or Institute specifications or standards. (vi) Quantity, including any options for additional quantities: CLIN 0001 -- 20' AMMO GRADE CONTAINERS, USED, DESERT TAN, NOT MORE THAN THREE (3) YEARS OLD. QTY: 110. CLIN 0002 -- DELIVERY COST. QTY: 110. (vii) Unit of Issue: Each (viii) Destination Information: Containers are to be delivered FOB destination to Building 1502, Camp Funston, Fort Riley, Kansas 66442. POC: Dick Wollenberg @ 785/237-4754. Facility Hours of Operation: 0730 -- 1500 (Central Standard Time), Monday through Friday. Maximum Number of Containers a day: 20 units/day. (ix) Delivery Schedule: 1. Delivery of the 110 containers shall commence not later than 15 October 2000 and be completed not later than 01 November 2000. Containers may be delivered earlier, provided storage space is available at destination. (see 17viii for delivery information). (x) Duration of the Contract Period: Delivery begins NLT 15 Oct 00 and be completed NLT 01 Nov 00. (xi) The Government will award the contract to the responsible offeror whose offer represents the best overall value. (xii) FAR 52.212-1, Instructions to Offerors, Commercial Items (MAR 00), apply and is incorporated by reference. Please review and comply with all instructions. FAR 52.212-2, Evaluation-Commercial Items (JAN 99), 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 intends to evaluate proposals and award a contract without discussions with offerors (other than discussions conducted for the purpose of minor clarification). The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Each initial offer should contain the offeror's best terms (technical and price). 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 under Technical Capability are: (1) Ability to Meet the Age Criteria and Specifications as described in the subject synopsis/solicitation; and (2) Delivery. For the "Ability to Meet the 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 demonstrated ability of the offeror to meet the Required Delivery Dates (RDD). For the "Delivery Schedule," the offeror shall provide information regarding the ocean, if applicable and non-ocean transportation segments. Use of a US. Flag Carrier is a requirement of this solicitation pursuant to FAR 52.247-64. For the Ocean Transportation Segment, the offerors shall confirm use of U.S. Flag vessel, estimated dates of sailing and arrival, and ports of embarkation and debarkation. For the Non-Ocean segment, the offeror shall provide information regarding the mode of shipment (i.e. rail or truck), estimated number of units delivered per day/week to meet RDD, and a statement delivery will be made during designated hours unless prior approval is received. This information will be used to determine the demonstrated ability of the offeror to meet specified required delivery dates (RDD). For the "Past Performance" evaluation factor, offerors shall submit as part of their proposal the last three (3) contracts for the purchase of the same or similar items completed during the past two years using the "Past Performance Reference Sheet" and completed in accordance with specified instructions. Contracts listed may include those entered with the Federal Government, state or local government agencies, and commercial customers. The Government reserves the right to consult other sources of information concerning your past performance, including, but not limited to, past and present customers, subcontractors, or other financial sources. For offerors without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. All offerors shall indicate their DUNS number in their response and submit a Dun and Bradstreet Report. This performance information will be used to determine the offeror's: (1) Ability to provide the same or similar units which meet technical 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 the 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. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 00), and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995), DFARS 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate (MAR 98), DFARS 252-225-7007 Buy American Act -- Trade Agreements -- Balance of Payments Program (APR 00), and 252.225-7008, Supplies to be Accorded Duty-Free Entry (MAR 98) with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 99), is incorporated by reference and applies to this acquisition. IAW DFARS 212.301, Solicitations Provisions and Contract Clauses for the Acquisition of Commercial Items, para (b)(2), para (b) of the provision at FAR 52.212-3 does not apply because this solicitation includes the clause at 252.204-7004, Required Central Contractor Registration. Contract Type: Firm Fixed Price (FFP). Additional Requirements: Warranty. The Contractor shall extend to the Government full coverage of any standard commercial warranty normally offered to a similar commercial customer, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection Clause" nor does it limit the Government's rights with regard to the other terms and conditions of this acquisition. In the event of a conflict, the terms and conditions of this contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the material listed in the schedule. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 00) is incorporated by reference; however, for paragraph (b) only the following provisions apply to this acquisition: FAR 52.212-5 (b), FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with ALT 1 (OCT 95). FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (JAN 97), (41 USC 423). FAR 52.219-8, Utilization of Small Business Concerns (OCT 99), (15 USC 4212). FAR 52.219-9, Small Business Subcontracting Plan (OCT 99). FAR 52.222-26 Equal Opportunity (FEB 1999), FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era Veterans (APR 98), (38 USC 4212), FAR 52.222-36, Affirmative Action for Workers With Disabilities (JUN 98), (29 USC 793). FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 99), (38 USC 4212), FAR 52.225-5, Trade Agreements (APR 00). FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (JUN 00) (46 USC 1241). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items (MAR 00), and DFARS 252.225-7009, Duty-Free Entry-Qualifying Country Supplies (End Products and Components) (MAR 98), DFARS 252.225-7010, Duty-Free Entry-Additional Provisions (MAR 98), DFARS 252.225-7017, Prohibition on Award to Companies Owned by the People's Republic of China (FEB 00), DFARS 252.225-7020, Trade Agreements Certificate (MAR 98), and DFARS 252.204-7004, Required Central Contractor Registration (MAR 00) are incorporated by reference and apply to this acquisition. (xiii) DPAS Rating: N/A (xiv) CBD Numbered notes: N/A (xv) All responsible sources may submit a bid, proposal, or quotation, which shall be considered by this agency. (xvi) Two (2) copies of your proposal are due not later than 1500 hours EDT on 07 Sep 00 at Hq, MTMC Hoffman Bldg II, Rm 12S45, ATTN: MTAQ-JI (Cathy Golden), 200 Stovall Street, Alexandria, VA 22332-5000 or via FAX @ 703-428-3362/3. Offerors have the option of submitting the past performance reference information sheets prior to proposal due date. The offeror's proposal shall be submitted IAW the following format: (1) Transmittal letter addressing requirements of FAR 52.212-1, (2) CLIN Pricing information, (3) Representations and Certifications, (4) Past Performance Reference Information Sheets, (5) Your most recent DUN and Bradstreet Report, and (6) DUNS number. (xvii) If you intend to participate in this procurement and require copies of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 00), DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 95) and the Past Performance Reference Information Sheet please contact Ms. Golden, 703 428-2045 or by e-mail at: goldenc@mtmc.army.mil.
Web Link
goldenc@mtmc.army.mil (goldenc@mtmc.army.mil)
Record
Loren Data Corp. 20000906/81SOL002.HTM (W-245 SN492555)

81 - Containers, Packaging and Packing Supplies Index  |  Issue Index |
Created on September 1, 2000 by Loren Data Corp. -- info@ld.com