Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1997 PSA#1893

U.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