Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29, 2000 PSA #2696
SOLICITATIONS

99 -- SCALES CALIBRATION

Notice Date
September 27, 2000
Contracting Office
Department of the Treasury, United States Customs Service (USCS), Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 4.2-E, Washington, DC, 20229
ZIP Code
20229
Solicitation Number
CS-01-004
Response Due
October 18, 2000
Point of Contact
Diane Sahakian, Contract Specialist, Phone (202) 927-0642, Fax (202) 927-1190, Email diane.sahakian@customs.treas.gov
E-Mail Address
Diane Sahakian (diane.sahakian@customs.treas.gov)
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, therefore, proposals are being requested and a written solicitation will not be issued. The solicitation CS-01-004 is issued as a request for proposals (RFP). The solicitation will include all applicable provisions and clauses in effect through FAC 97-19. The U.S. Customs Service (USCS) has a need for assuring that scales used for the weighing of seized merchandise and contraband are regularly calibrated. Therefore, the USCS seeks to procure services for the calibration of approximately 404 scales, at least twice a year, at six-month intervals, throughout the United States, the Virgin Island, and the Commonwealth of Puerto Rico. This includes both Alaska and Hawaii. This is a Firm Fixed Price Indefinite Quantity Contract. The base year and the option year are based on a burdened hourly rate of 2083 hours per year with a minimum (based 200 hours) and a maximum (2083 hours) guarantee. The minimum and maximum will only apply to the base year. Travel will be treated on a cost reimbursable base not to exceed an estimate of $25,000.00 per year. Travel will be billed in accordance with the Joint Travel Regulations. Contractor shall perform the calibration in accordance with the National Institute of Standards Technology (NIST). Contractor will be required to furnish documentation and a report as indicated in each task order when services and calibration are conducted. Any other terms and conditions not covered by this solicitation will be specified at each task. Manufacturer, model number and approximate number of scales are as follows: OHAUS, Triple Beam (31), MODEL700 (11), DS-201L (32), Port-O-Gram (1), Dial-O-Gram (5), Cent-O-Gram (36), CT 1200 (5), CT 6000 (7), SC 6010 (3), I -10 (10), I-20 (3), DS _10 (4), GT 4000 (2), GT 8000 (5), B 15S10 (2), IP15KS (2), Explorer (3), and one each of B150S/15S, B150 A520, DS-44 L (2),44O, Voyager, Precision Standard, C305S, C3001, PL 150, PL100, CT 3000-L, EOF 110, B10-008, B10-P, B50, TS4000,D10L00, 750S, Electronic, LB-60-1787, E400, D5-00, B100S, Navigator, Balance (3), , Balance 3260, SS 2 OL-M, CT4400, CT 300L, and CT 600, WEIGH-TRONIX: Sc-320(1), DSL 6060-10 (1), Battery Kit BP.25R (1), WI-15-6774, SC32IT (1), 3632B-20 (1), SUNBEAM: 400 (1), Precision Electronic (1), RICE LAKE WEIGHING SYSTEMS: (unknown), KAI: J20 (1), TOTAL COMP: APX (1), FAIRBANKS: Platform (2), HR2300-1 (1), 90-504 (1), FFX332500 (1), IND-HR-5000 (1), 1124A (1), H-90-6150 (1), Floor Scale (2), Unknown (2), DETECTO: 4520 (1), AP-4K (3), 4420 (3), 2262DE9 (1),6600-100 (1), HP-40K (1), AND: FV150K (7), FG 150K (4), HL400 (11), EK1200G (2), EP40KB (1), EP41KA (1), FP6000 (2), HV150kal (4), FW 300K (1), V-3000 (4), LT 3200 (8), 333 (2), VA16000 (3), LT-7200 (4), VA 4000 (1), Unknown (1), SATORIUS: IP 65(2), GMBH (1), EBISDCE (2), QC34EDE-S (1), INDUSTRY 6100 (1), QS 4000 (1), QC&CCE-S (1), JB3100P (1), B3100S(1), IB31000P (2), I-25 (1), QS 16000B (1), FB34EDE-P(1), ib16000-s (1), 14800P (1), PELOUZE: PE10 (3), PE5 (4), PE125 (2), PELSTAR 5 (1), PT5 (1), 4040 (3), Dietic Food Scale (1), METTLER TOLEDO: PE300 (1), 4644 (2), SG16000 (2), PE-24 (1), 8140 (2), PB8000 (1), 8421 (1), BALANCE (2), 3200 (1), BC30 (1), 3200 (1), BIG DIAL (1), FAN (1), 31-1821 HP (2), 4041 y (1), SPIDER (1), DTHR-2254 (1), LC-2424 (1), PJ 15 (1), RELIANCE 8581 (1), 85811 (1), PB8001-S (1), PB8001 (2), TE30/J (1), 4182 (1), 4400 (1), DIAMOND CLASSIC SERIES: PENNSYLVANIA 5200 (4), 174420 (1), NEXUS: 8 MODELS UNKNOWN, CARDINAL: EF-218 (1), DETECTO AP-4K (1), DETECTO 6600-50 (1), KUBOTA : KA-10-HB (5), and 23 assorted unknown manufacturers scales. Contract Terms and Conditions, Commercial Items, and 52.212-5 or Executive Orders-Commercial Items, will apply to the resultant contract: 52.203-6, 52..203-10, 52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-18, 52.225-19, and 52.225-21. All offers must include a complete copy of FAR 52.212-3, Offerors Representation and Certifications _ Commercial Items in its response to this RFP. This requirement will be conducted as a commercial item acquisition pursuant to FAR Part 12 with the contract containing the applicable provisions and clauses for conducting, evaluating, and awarding a contract for commercial items. Responses to this solicitation CS-01-004 should be transmitted to Mr. Wilbur V. Meeks, Contracting Officer, U.S. Customs Service, 1300 Pennsylvania Avenue NW, Room 4.2E, Washington DC, 20229. Facsimiles are not accepted for this solicitation. E-Mails are accepted for proposal purposes, but hard copies must follow. The Contracting officers E-mail address is as follows: wilbur.v.meeks@customs.treas.gov. Written and e-mails offers are due to the contracting Officer on October 18, 2000, 3:00 P.M. EST at the address previous set. Interested offerors are requested to provide the requested information at no cost to the government. With respect to source selection, Customs will make an award to the technically acceptable proposal based on best value. Multiple awards may or may not be awarded. An award for this contract is subject to the availability of funds for the base and the option year. The following factors establish the requirements for evaluating technical capability and best value. The factors are as follows: (1) past performance, and (2) experience. Price will be evaluated to ensure fairness and reasonableness. In order to further evaluate the proposals, the contractor is required to submit three or more references that will include, (1) name of company, (2) address, (3) telephone number, (4) period of performance, (5) point of contact and (6) brief description of work performed. Evaluation of option prices shall not obligate the government to exercise the option.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=CS-01-004&LocID=1782)
Record
Loren Data Corp. 20000929/99SOL007.HTM (D-271 SN501411)

99 - Miscellaneous Index  |  Issue Index |
Created on September 27, 2000 by Loren Data Corp. -- info@ld.com