|
COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1997 PSA#1893U.S. Agency for International Development, M/OP/A/AOT, Room 1565, SA-
14, Washington, D.C. 20523-1425 99 -- WATER CONTAINERS SOL M/OP-97-1604 DUE 081497 POC Contact Point:
Bruce Gelband, Contract Specialist, Tel: (703) 875- 1095. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in the Federal Acquisition Regulations [FAR]
Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation,
quotes are being requested and a written solicitation will not be
issued. This CBD notice can be viewed and downloaded using the Agency
Web Site. The Worldwide Web address is http://www.info.usaid.gov.
Select Business and Procurement Opportunities from the home page, then
"USAID Procurements." On the following screen, select "Download
Available USAID Solicitations." (ii) The Solicitation Number for this
Request For Quotations (RFQ) is M/OP-97-1604. This acquisition will be
conducted using simplified acquisition procedures. (iii) The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC) 90-46. (iv) The
Standard Industrial Classification (SIC) code is 3085, with a small
business size standard of 500 employees. This procurement is
unrestricted and is being advertised as full and open competition and
is not set aside for small businesses or other groups. (v) The
contractor shall provide collapsible, plastic water jugs to assist U.S.
Government disaster relief and response efforts around the world. The
containers will be used for the transport and storage of potable water
for human consumption using the following product requirements: (a)
The item should be able to hold approximately 5 gallons or 20 liters of
water (container material must not be of a type that would contaminate
water), (b) The item shall have a sturdy handle or other carrying
method capable of supporting the weight of the container filled with
water, (c) color: translucent, (d) When collapsed, fifty containers
shall fit in a box approximately seven cubic feet in size, (e) The box
shall fit on a standard commercial pallet (48" X 48") with no
overhang, and (h) Each container shall be fitted with a screw cap or
spigot feature that will allow filling and emptying of the container.
Whatever mechanism is utilized should be in-place on the collapsed
container (no assembly required). This will be a two- year indefinite
quantity contract with no options. The contractor is guaranteed a
minimum order of 20,000 containers. The maximum ordering limitation is
500,000 containers. This shall not be exceeded unless a higher amount
is established by modification to the contract. Offerors should
provide the price on a per unit/container basis only.
Transportation/shipping costs may be negotiated separately via a firm
fixed price contract or purchase order. CLIN 0001 -- Quantity 1-100,000
units. CLIN Item 0002 -- Quantity 100,001-250,000 units. CLIN Item 0003
-- Quantity 250,001-500,000. Quotes must be submitted for each CLIN to
be considered and should be on a unit price basis. Price for each unit
will be determined on a cumulative basis. "Cumulative basis" means
adding together quantities ordered on all prior delivery orders. Each
price will be fixed for the term of the contract. (vi) As ordered, the
Contractor shall be required to carry out the following tasks: (a)
Manufacture, package, label, and prepare containers for shipment upon
issuance of an order no less than 10,000 units not to exceed the
maximum ordering limitation during the contract period. The containers
ordered shall be ready for pick-up no more than 30 calendar days from
the date of the order. (b) Store, at no additional cost to the
Government, at a storage facility provided by the Contractor and
approved by the Government, the quantity of units produced (as ordered
by the Government) for a period of 45 days beyond the order completion
date as indicated on each order. The storage facility shall be capable
of adequately protecting the containers until the Government directs
the Contractor to arrange for the shipment of or loading of the
containers (at no additional cost to the Government) into
Government-contracted transportation. The Contractor shall retain
responsibility for the containers until shipment is initiated as
ordered by the Government. (c) Bring the containers to the loading dock
for shipment and load the containers into trucks/shipping containers.
The Government will provide a minimum of 72 hours notice prior to
pick-up. (d) Provide timely information and copies of all documentation
to the USAID Project Officer including but not limited to, name of
carrier, pick-up and delivery dates, copies of all bills of lading and
packing lists. "Timely Notification" shall mean that the contractor
shall advise the USAID Project Officer via telephone of the details of
the initiation of any shipment within one hour of placing the
containers upon the transportation conveyance designated by the
Government. Within 24 hours of said telephone notification, the
contractor shall mail to the USAID Project Officer copies of all
documentation described above. (vii) Shipping cartons shall permit
maximum utilization of overseas shipping containers and include (a) 275
pound single wall corrugated fiberboard, (b) standard commercial
shipping carton adequate to insure acceptance by common carriers and
sufficient to safeguard contents for shipment to ultimate destinations
overseas, and (c) include sealing with 8" X 2" plastic filament tape.
(viii) Labeling: Each box shall be marked with a paper USAID Handclasp
Logo, black in color, design to be provided by the Government, with an
approximate size of 6" x 5". Logo shall appear on all four sides when
the box is in the proper UP direction. In addition, each box shall be
labelled "50 COLLAPSIBLE WATER CONTAINERS", the volume of water each
container holds, the A.I.D. Contract Number and the date of order or
manufacture. The printing ink shall be indelible or of a non- smudge
nature. (ix) Clauses/Provisions: FAR Clause 52.212-1 "Instructions to
Offerors -- Commercial Items," is hereby included by reference. Each
offeror is required to provide past performance information for
same/similar supplies, to include 2 most recent contract numbers,
points of contact/current telephone numbers, type of supplies provided.
(x) FAR Provision 52.212-2 "Evaluation -- Commercial Items": The
Government will award a single contract resulting from this
solicitation to the responsible quoter whose quote conforming to the
solicitation will be most advantageous to the Government. The following
evaluation criteria shall be used to evaluate quotes: Price, technical
capability of the proposed item to meet the requirement and past
performance of the firm. Price is the most important factor. (xi) FAR
Provision 52.212-3, "Offeror Representations and Certifications --
Commercial Items" shall be completed and submitted with the quotation.
(xii) FAR Clause 52.212-4, "Contract Terms and Conditions --
Commercial Items," hereby applies to this solicitation. (xiii) FAR
Clause 52.212-5, "Contract Terms and Conditions Required to Implement
Statutes of Executive Orders -- Commercial Items, with the following
addenda: Paragraph (b) the following FAR clauses are hereby
incorporated by reference: 52.216-22, 52.222-20, 52.222-26, 52.222-35,
52.222-36, 52.222-37, 52.223-2, 52.223-6, 52.225-3. AIDAR clauses
752.202-1, Alternate 70 (JAN 1990) and 752.209-70 (JULY 1996) are
applicable and are incorporated by reference. (xiv) Quotes should be
received not later than August 19, 1997, 2:00 p.m., local time. The
mailing address for quotes and documentation related to the item sent
via the U.S. Postal Service is: U.S. Agency for International
Development, Office of Procurement, M/OP/A/AOT, Rm. 1564, SA-14,
Washington, DC 20523-1425. For hand-carried or courier delivered quotes
and documentation related to the item, the street address is: U.S.
Agency for International Development, M/OP/A/AOT, 15th Floor
Receptionist, 1100 Wilson Blvd., Arlington, VA 22209. All responsible
offerors may submit quotes. Please provide a sample of the item
proposed, if available, as well as any documentation or specifications
applicable to the item to United Stated Agency for International
Development, Office of Foreign Disaster Assistance, Room 1262A, NS,
2201 C Street, N.W. Washington, D.C. 20523-0008, ATTN: Peter Smith.
(xv) The contact person for this procurement is Mr. Bruce Gelband,
USAID/M/OP/A/AOT, telephone 703-875-1095, fax 703-875-1935. (0199) Loren Data Corp. http://www.ld.com (SYN# 0481 19970723\99-0001.SOL)
99 - Miscellaneous Index Page
|
|