SOLICITATION NOTICE
46 -- COMMINUTOR, SEWAGE
- Notice Date
- 6/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP056004Q6143
- Response Due
- 6/18/2004
- Archive Date
- 7/18/2004
- Point of Contact
- Maciek Okulicz-Kozaryn, Commodity Business Specialist, Phone 215-737-4371, Fax 215-737-8588, - Mary Ellen Dobbins, Contract Specialist, Phone 215-737-6195, Fax 215-737-8609,
- E-Mail Address
-
maciek.okulicz-kozaryn@dla.mil, Mary.E.Dobbins@dscp.dla.mil
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 and 13.5, 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. 2. Solicitation number SP0560-04-Q-6143 is hereby issued as a request for quotation (RFQ). This Solicitation is for Purchase Request YPI03211001174, NSN 4630-01-337-8598, Nomenclature: Comminutor, Sewage, Air Master Products Corporation (53266), P/N AM56000. 3. Please note that the Government anticipates Award for a two year Indefinite Delivery Purchase Order (IDPO). Stock delivery orders shall be issued against this instrument, for a firm delivery and a firm fixed price for a term of two years or a total maximum dollar value of $5,000,000.00, which ever is reached first. Delivery orders will be issued electronically and manually. Offerors will be responsible for retrieving delivery orders that have been issued by accessing the DLA Procurement Gateway at http://progate.daps.dla.mil/home/. Delivery orders may be placed within the minimum and maximum ordering quantities identified in FAR clause 52.216-19, Order Limitations. 4. The estimated yearly quantity for the first contract year of this IDPO is 22 each, with 16 each (approximately 73%) to be stocked at Norfolk, VA and a quantity of 6 each (approximately 27%) to be shipped to Tracy, CA. The estimated quantity for the second contract year of this IDPO is 20 each with 15 each (75%) of material being stocked at Norfolk, VA and 5 each (25%) being stocked at Tracy, CA. NOTE: CONTRACTORS ARE INSTRUCTED TO SUBMIT PRICING BASED ON THESE ESTIMATED YEARLY QUANTITIES. The minimum purchase requirement shall be 4 each and maximum order quantity would be 25 each. The annual estimated quantities listed in paragraph above are estimates only, which the Government is in no way obligated to purchase. 5. The Purchase Request cited in paragraph 2, YPI03211001174, will constitute the first delivery order issued when the basic IDPO is awarded. YPI03211001174 is for a quantity of 22 with quantity of 16 each to be shipped to Norfolk, VA and a quantity of 6 each to be shipped to Tracy, CA. 6. The solicitation documents incorporate provisions and clauses that are in effect through Federal Acquisition Circular 2001-23, 5 MAY 04 and DFARS Change Notice 20040513. 7. This acquisition is being issued as fully competitive and unrestricted. The North American Industry Classification Systems (NAICS) Code for this procurement is 333319 and the small business size standard is 500 employees. 8. Prices are to be submitted on an FOB Destination basis. DELIVERY WILL BE AN EVALUATION FACTOR IN AWARD. EARLIER DELIVERY IS DESIRED AND WILL BE GIVEN PREFERENCE. 9. Packaging shall be in accordance with MIL-STD-2073-1D, 15 DEC 1999 QUP = 001: PRES MTHD = 10: CLNG/DRY = 1: PRESV MAT = 00: WRAP MAT = XX: CUSH/DUNN MAT = XX: CUSH/DUNN THKNESS = X: UNIT CONT = F2: OPI = O: PACK CODE = U: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 00 - NO SPECIAL MARKING. PALLETIZATION SHALL BE IN ACCORDANCE WITH D001450000 REV B DATED 97212. D001450000 PALLETIZATION REQUIREMENTS ARE AVAILABLE FROM THE BUYER UPON REQUEST. DOD BAR CODE MARKING REQUIRED IN ACCORDANCE WITH MIL-STD-129 (LATEST REVISION) MARKING AND BAR CODING IN ACCORDANCE WITH AIM BC1. 10. Inspection and Acceptance will occur at Destination. Delivery shall be 84 days after date of order. 11. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003) and addenda as follows apply to this acquisition. Addenda: (A) through (Y), are incorporated by reference with the same force and effect as if they were given in full text. Full text of these clauses can be accessed electronically at the following addresses: FAR and DFARS-http://www.acq.osd.mil/dp/dars; DLAD, PROCLTRs and FARS Deviations-http://www.dla.mil/j-3/j-336; G&I Master Document http://dscp103.dscp.dla.mil/contract/pdf/dm2500d.pdf; or at the following location with links to above: http://www.dla.mil/j-3/j-336.icps.htm. Updated versions are indicated at the clause reference and are available from the Contracting Officer. (A) FAR 52.204-7 Central Contractor Registration (OCT 2003); (B) (I154) FAR 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL1995); (C) (F001) FAR 52.211-16 Variation in Quantity (APR 1984): paragraph (b) the permissible variation shall be limited to: Increase 0% Decrease 0%. This increase or decrease shall apply to the total item quantity for each destination; (D) (I128) FAR 52.216-18 Ordering (OCT 1995), filled in From effective date of award through date exactly two (2) calendar year after effective date of award; (E) (F018) FAR 52.216-19 Order Limitations (OCT 1995) filled in (a) 4 each (b)(1) 25 each (b)(2) 25 each (b)(3) 7 days; (F) (I152) FAR 52.216-22 Indefinite Quantity (OCT 1995). 731 days is filled in.; Last phrase of clause is corrected to read:?whichever is reached first.? (G) FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); (H) FAR 52.232-17 Interest (JUN 1996); (I) FAR 52.242-13 Bankruptcy (JUL 1995); (J) FAR 52.247-34 FOB Destination (NOV 1991); (K) (F015) FAR 52.247-48 FOB Destination ? Evidence of Shipment (FEB 1999); (L) FAR 52.249-8 -- Default (Fixed-Price Supply and Service)(APR 1984); (M) DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992); (N) DFARS 252.204-7004 Alternate A (NOV 2003); (O) (I197) DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 1998); (P) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003); DLAD 52.211-9010 Military Shipping Label (MSL) Requirements - MIL-STD-129P (FEB 2004); (Q) DLAD 52.212-9000 Changes-Military Readiness (MAR 2001); (R)(I151) DLAD 52.213-9003 Indefinite Delivery Purchase Order (IDPO) Contract (MAR 1999); the minimum per order quantity is 4 units and maximum per order quantity is 25 units per contract year. No more than 4 orders will be placed in one quarter. Failure to Agree to this clause will affect the award decision. (offeror must submit); (S) (I171) DLAD 52.233-9000 Agency Protests (SEP 1999); (T)(I036) DLAD 52.249-9000 Administrative Costs of Reprocurement After Default (MAY 1988); (U) Administrative Costs of Reprocurement After Termination For Cause (JAN 2001) If this contract is terminated in whole or part for cause pursuant to Paragraph (m) of the clause included in this contract entitled ?Contract Terms and Conditions - Commercial Items?, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and Government expressly agree that in addition to any excess costs of repurchase, or any other damages resulting from the Contractor?s default, the Contractor shall pay, and the Government shall accept, the sum of $900.00 as payment in full for the administrative costs of such repurchase. The assessment of damages for administrative costs shall apply for any termination for cause for which the Government repurchases the terminated supplies or services, regardless of whether any other damages are incurred and/or assessed.; (V) (D006) Treatment of Non-manufactured Wood Pallets and Containers Notice #2 (APR 2003) All wooden pallets and wood containers produced entirely or in part of non-manufactured softwood species shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 minutes) coniferous material and certified accordingly by an accredited agency recognized by the American Lumber Standard Committee, Incorporated (ALSC) in accordance with the latest revision of ALSC Non-Manufactured Wood Packing Policy and Non-Manufactured Wood Packing Enforcement Regulations (see World Wide Web URL: http://www.alsc.org/ ) All wooden pallets and containers produced entirely of non-manufactured hardwood species shall be identified by a permanent marking of ?NC-US?, 1.25 inches or greater in height, accompanied by the CAGE code of the pallet/container manufacturer and the month and year of the contract. On pallets, the marking shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. On containers, the marking shall be applied on a side other than the top or bottom, contrasting and clearly visible.; (W) (I129) DSCP 52.216-9I21 Ordering ? Special Provision (OCT 1986); (X) DSCP 52.246-9I04 Destination Inspection & Acceptance (JAN 1989); (Y) DSCP 52.247-9I03, Consignment and Addressing Instructions (JUL 1998); 12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (MAY 2004) applies to this acquisition with the following clauses selected: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995) with Alternate I (41 U.S.C. 253g and 10); 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-9 Small Business Subcontracting Plan (Jan 2002), Alternate II (Oct 2001); 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2004) (EO 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999).; 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003) (E.o.s., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (DEC 2003) (31 U.S.C. 3332). 13. DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2004) applies to this acquisition with the following clauses selected: 52.203-3 Gratuities (MAY 2004) (10 U.S.C. 2207); 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). 252.219-7003Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637). 252.225-7001 Buy American Act and Balance of Payments Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582); 252.225-7012 Preference for Certain Domestic Commodities (MAY 2004) (10 U. S. C. 2533a); 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) (10 U.S.C. 2227); 252.243-7002 Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410); 252.247-7023 Transportation of Supplies by Sea (MAY 2002). 14. The provision at FAR 52.212-1, Instructions to Offerors -Commercial Items (JAN 2004) and addenda, as follows, apply to this acquisition. Addenda: paragraph (b): Submission of offers: Facsimile offers will be accepted. Offers should be faxed to (215) 737-8588. Para (c) offers shall be valid 90 days. Para (e) Alternative commercial items may not be considered for award on this instant acquisition, however, may be utilized for market research on future requirements Para (g) If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Para (h) Government intends to make one award. The following clauses and provisions, (A) through (K), are incorporated by reference with the same force and effect as if they were given in full text: (A) (L063) FAR 52.204-6 Data Universal Numbering System (DUNS) number (OCT 2003); (B) (L018) DLAD 52.217-9002 Conditions for Evaluation and Acceptance of Offers for Part Numbered Items (JUL 2002) (offeror must submit); (C) DFARS 252.211-7003 Item Identification and Valuation (JAN 2004) (D) (L079) DLAD 52.211-9009 Non-acceptance of Government Surplus (APR 2002); (E) DSCP 52.209-9I02 Responsibility of Offerors (FEB 1970) (F) (F041_0) DSCP 52.211-9I13 Time of Delivery - Delivery Evaluation Factor (AUG 2002); (G) (L055) DSCP 52.213-9I09 Termination of Indefinite Delivery Purchase Order (IDPO) Contract (SEP 1995);(H) DSCP 52.214-9I08 Hand-Carried Offers (MAY 2001); (I) DSCP 52.215-9I08 Negotiated Solicitations-Responsiveness (NOV 1997); (J) (L059) DSCP 52.215-9I12, Notice: Automated Best Value Model (ABVM) Program (DEC 1999); (K) (L054) DSCP 52.216-9I26 Electronic Data Interchange (JUL 1998) (offeror must submit); 15. The provision at 52.212-2, Evaluation -- Commercial Items (JAN 1999) applies in full with the following addition. Evaluation will be based on delivery and past performance. Delivery is more important than past performance. These combined are approximately equal to price. This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. The following clauses and provisions, A) through C), are incorporated by reference with the same force and effect as if they were given in full text: (A) (M034) DSCP 52.211-9I14 Evaluation - Delivery Evaluation Factor (AUG 2002); (B)(M038) DSCP 52.215-9I15 Evaluation of Past Performance Under the Automated Best Value System (ABVS) Program - Simplified Acquisitions (FEB 1996); (C)(M016) DSCP 52.247-9I10 FOB. Origin and/or Destination (NOV 2002). Following is checked: With respect to all items bids/proposals are invited only on the basis of F.O.B. Destination. 16. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2004) with their offer. The following clauses and provisions, (A) through (E), are incorporated by reference with the same force and effect as if they were given in full text: (A) (K044) FAR 52.207-4 Economic Purchase Quantity ? Supplies (AUG 1987) (Optional - offeror may submit); (B) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); (C) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (offeror must submit); (D) (K027) DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate (APR 2003) (offeror must submit); (E) DLAD 52.233-9001 Disputes: Agreement to Use Alternative Dispute Resolution (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1), or, for the Agency, by the contracting officer, and approved at a level above the contracting officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause you must indicate this in writing. Alternate wording may be negotiated with the contracting officer. 17. The DPAS rating for both NSN?s is DO-A3. 18. Quotations are due 18 JUNE 2004, 3:00 PM local Philadelphia time. Quotations shall be either faxed or emailed. Faxed quotations will be accepted at (215) 737-8588. Emails should be sent to Maciek.Okulicz-Kozaryn@dla.mil. Offerors are requested to verify with buyer that their submissions have been received. 19. For updated clauses and any other requests, please contact Maciek Okulicz-Kozaryn at (215) 737-4371. Email: Maciek.Okulicz-Kozaryn@dla.mil.
- Record
- SN00599812-W 20040610/040608211602 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |