COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21, 2001 PSA #2919
SOLICITATIONS
81 -- STORAGE CONTAINERS
- Notice Date
- August 17, 2001
- Contracting Office
- USPFO for Iowa, Iowa National Guard, Camp Dodge 7700 NW Beaver Dr, Johnston IA 50131-1902
- ZIP Code
- 50131-1902
- Solicitation Number
- DAHA13-01-T-0015
- Response Due
- September 4, 2001
- Point of Contact
- Brenda McKnight (515)252-4114
- E-Mail Address
- click here to contact the contract specialist via (brenda.mcknight@ia.ngb.army.mil)
- Description
- This is a combined synopsis/solicitation for the purchase of a commercial item prepared in accordance with the format in FAR Subpart 12.6, the test program in FAR Subpart 13.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request For Quotations (RFQ) number DAHA13-01-T-0015. All quotes shall reference the RFQ number and shall be submitted by 4:30 P.M. local time on 4 September 2001. The anticipated award date is 7 September 2001, with a performance period of 90 days. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-27. This solicitation is issued under small business set-aside procedures in accordance with far clause 52.219-6, Notice of Total Small Business Set-Aside. The North American Industry Classification system code (NAICS) 332311, size standard 500. The Iowa National Guard wishes to procure fourteen, forty foot refurbished (like new) CSC certified portable storage containers and two, twenty foot refurbished (like new) CSC certified portable storage containers, to be delivered to various locations within the state of Iowa. A summary of the forty-foot storage container requirements is as follows: The container frame shall be constructed of a minimum 8-gauge steel. The Walls and roof shall be a minimum 12 gauge galvanized corrugation with all joints continuously welded to conform to AWS D.1.1 standards. The container shall be divided into four separate but equal storage units by a minimum 12 gauge steel panel, which is securely fastened and welded to the cross members in accordance with industry standards. Four, six high by six foot wide roll-up doors (with steel headers), shall be located on one side of the container allowing access to each separate storage compartment. The doors shall be equally space. Each roll-up door shall include a hasp for locking the roll-up door. The outside dimensions of the container shall be approximately 40' X 8.5' X 8'. The container shall include one cargo door. The container shall be painted with a minimum one coat of primer and one coat of tan paint (the color to be approved by the user prior to painting). The container shall include corner casting, which meet ISO standards. The container shall also be equipped with one set of forklift pockets centered on the long side of the container. The forklift pocket shall allow access from both sides. A summary of the twenty-foot storage container requirements is as follows: The container frame shall be constructed of a minimum 8-gauge steel. The Walls and roof shall be a minimum 12 gauge galvanized corrugation with all joints continuously welded to conform to AWS D.1.1 standards. The container shall have one, eight-foot wide by six foot high roll-up doors (with steel headers), centered on the long side of the unit. The roll-up door shall include a hasp for locking the door. The outside dimensions of the container shall be approximately 20' X 8.5' X 8'. The container shall include one cargo door. The container shall be painted with a minimum one coat of primer and one coat of tan paint (the color to be approved by the user prior to painting). The container shall include corner casting, which meet ISO standards. The container shall also be equipped with one set of forklift pockets centered on the long side of the container. The forklift pocket shall allow access from both sides. The Place of Delivery, inspection, and acceptance is as follows: 3 each 40 footers and 1 each 20 footers to USPFO-WH #12, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-1902; 8 each 40 footers and 1 each 20 footers to HHT 1-113th CAV, 3200 2D Mech Drive, Sioux City, Iowa 51110-1348; 3 each 40 footers to AUG 1-113th CAV, 2245 Highway 1 South, Waterloo, Iowa 50703-9645. FOB Destination. Solicitation provision at FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2000) is hereby incorporated by reference. In accordance with the solicitation provision 52.212-2, Instructions to Offerors Commercial Items (Oct 2000) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous representing the best value to the Government price and other factors considered. The following technical factors shall be used to evaluate offers: Ability to meet and/or exceed the desired specifications set forth on this announcement and Past performance. The technical factors will be rated higher than the cost factors. The vendor shall submit a written proposal addressing all the technical factors outlined above. The proposal shall be in sufficient detail as to allow a board to review and rate the proposal. The proposal shall identify that the portable storage containers will meet the Governments desired requirements. The written proposal will be no more than 35 pages in length. All information exceeding 35 pages will be disregarded. Past performance will be evaluated as follows: Evaluation of past performance shall be based on information provided by the offerors and any other information the Government may obtain by following up on the information provided by the offerors and/or through other sources (i.e. offerors performance on previously awarded contracts and/or contracts with other Government entities). The offeror must identify three Federal, State or local Government and private contracts for which the offeror has supplied similar products to those identified in this solicitation. References should include the most recent contracts completed within the last five years. The offeror shall provide a point of contact, current telephone numbers and fax numbers for each contract. The offeror shall provide a FOB Destination cost for the forty foot containers and a separate FOB Destination cost for the twenty foot containers. Offerors shall address each evaluation factor stated above, failure to address any item may cause the offerors proposal to be rejected. Offerors are reminded to include a completed copy of provision at FAR 52.212-3 I, Offeror Representations and Certifications Commercial Items Alternate I, with their proposal. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2001), is hereby incorporated by reference. The following clauses within 52.212-5 apply to this solicitation and any resultant contract; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 USC 637); 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration. The following additional clauses and provisions are incorporated by reference: 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-1, Clauses Incorporated by Reference; 252.204-7004, Required Central Contractor Registration; 252.225-7035, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program Certificate. The following clauses within 252.225-7001apply to this solicitation and any resultant contract; 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act Balance of Payments Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The clause incorporated by reference can be accessed in full text at the Army Acquisition Web Site: http://web2.deskbook.osd.mil/default.asp. Sign and date your offer, one original, must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa 50131-1902, ATTN: CW2 Mark Thompson, Contracting Officer at or before 4:30 p.m., 4 September 2001. For information regarding this solicitation contact CW3 Mark Thompson at (515)252-4248.
- Record
- Loren Data Corp. 20010821/81SOL002.HTM (W-229 SN50V3D5)
| 81 - Containers, Packaging and Packing Supplies Index
|
Issue Index |
Created on August 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|