Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23, 2001 PSA #2794
SOLICITATIONS

81 -- STORAGE CONTAINERS FOR A HORIZONTAL CAROUSEL STORGAGE SYSTEM

Notice Date
February 21, 2001
Contracting Office
Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609
ZIP Code
92051-1609
Solicitation Number
M00681-01-T-0085
Response Due
January 3, 2002
Point of Contact
Michael LeMaster 760 725 8135
E-Mail Address
lemastermp@mail.cpp.usmc.mil (lemastermp@mail.cpp.usmc.mil)
Description
This is a combined synopsis/solicitation for Commercial Supplies and is 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 and a separate written solicitation will not be issued. Solicitation number M00681-01-T-0085 is issued as a Request for Quotation This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and DAC 91-13. This is a small business set-aside. The Standard Industrial Code is 2542 and the business size is less than 500 employees. This requirement is for a single award, firm fixed-price contract for the following supplies: 5 sizes of bin style storage containers for a Carousel horizontal storage system, and Steel rack clips, in the following specifications and quantities. CLIN 0001: Container, Qty 1962 ea. The color is blue with 5% minimum UV protection, and made from fluted plastic, 4.0MM #160 HDPE. The dimensions are18"D X 6" W x 5"H, with a 2" roll over at top edge, wire reinforced top edge, sonic welds, and 3 " hopper front with 1 " slant down. CLIN 0002: Container, Qty 648 ea. The color is natural/ white with 5% minimum UV protection, and made from fluted plastic 4.0MM #160 HDPE. The dimensions are 18"D x 24"W x 10"H, with a 2" roll over at top edge, wire reinforced top edge, sonic welds, and a 7" hopper front with 3" slant down. CLIN 0003: Container, Qty 3672 ea. The color is natural/ white with 5% minimum UV protection, and made from fluted plastic 4.0MM #160 HDPE. The dimensions are 18"D x 11"W x 10"H, with a 2" roll over at top edge, wire reinforced top edge, sonic welds, and a 7" hopper front with 3" slant down. CLIN 0004: Container, Qty 324 ea. The color is blue with 5% minimum UV protection, and made from fluted plastic 4.0MM #160 HDPE. The dimensions are 18"D x 24"W x 5"H, with 3 removable interlocking dividers that form 16 openings of 4" x 4", with a 5" roll over at top edge, wire reinforced top edge, and sonic welds. CLIN 0005: Container, Qty 630 ea. The color is Blue with 5% minimum UV protection, and made from fluted plastic 4.0MM #160 HDPE. The dimensions are 18"D x 6"W x 5"H, with a 2" roll over at top edge, wire reinforced top edge, sonic welds, and a 3 " hopper front with 1 " slant down. CLIN 0006: Stamped Steel rack clips, one-piece construction, and no rivets, in a quantity of 3888. Color to be polyester powder coated black, 22 gauge cold rolled steel in the dimensions of 2"H x 4" W on the face with " lip and dual J hook backing, these are to clip onto the carousel wire shelf. Government to approve all first runs. All Federal contractors must be registered in the Central Contractors Registration (CCR) database, new contract awards can only be made to contractors who are registered in the CCR. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MAR 2000) applies to this acquisition. Quoters are required to complete and include a copy of the following provisions FAR 52.212-3, Offer Representation and Certifications-Commercial Items (FEB 2000) with their quotes. The FAR Clause 52.212-4, Contract terms and Conditions -- Commercial Items (MAY 1999), applies to this acquisition. FAR Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (AUG 2000) applies with the following applicable clauses from paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government-Alternate I, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-3 Buy American Act-Supplies, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7036 North American Free Trade Agreement Implementation Act. Any contract awarded, as a result of this solicitation will be an order certified for national defense use under the Defense Priorities and Allocations System. The Government intends to make a single award to the responsible quoter whose quote conforming to the solicitation is the most advantageous to the Government considering price and price-related factors. The following factors shall be used to evaluate quotes: (1) Quoters technical capability to meet the Government's needs (2) Delivery schedule of Supplies (3) Past Performance (4) Price. Mailed or faxed copy quotes must be received no later than 4:00 p.m. PST, on 01 March 2001. Faxed quotes should be addressed to SSgt. Mike LeMaster 760-725-8445/4346. Quotes sent via US Postal Service should be mailed to the Contracting Division, P.O. Box 1609, Oceanside, CA 92051-1609, Attn: SSgt. Mike LeMaster. If quote is to be sent via Federal Express, address should read Contracting Division, Bldg. 22180, Camp Pendleton, CA 92055, Attn: SSgt. Mike LeMaster.
Record
Loren Data Corp. 20010223/81SOL001.HTM (W-052 SN50E291)

81 - Containers, Packaging and Packing Supplies Index  |  Issue Index |
Created on February 21, 2001 by Loren Data Corp. -- info@ld.com