|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1997 PSA#1985USAID/Honduras/Office of Contract Management, Unit 2927, APO AA 34022 41 -- COLD CHAIN SOL IFB 98-012 DUE 010898 POC Contact Point: Timothy
T. Beans, Contacting Officer, Tel: (011-504) 36-9320, Ext. 2454; Fax:
(011-504) 36-7776, Internet: mzelaya@usaid.gov This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, 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. The solicitation is issued as an
invitation for bid (IFB). The solicitation No. is USAID/Honduras IFB
98-012. The solicitation document and the associated standard
provisions and clauses are those in effect through Federal Acquisition
Circular 90-046. The following is the description of items requested:
1. 70 Each, Vaccine Refrigerators, Type: Absorption; Energy Sources:
Kerosine and electric (110V), 60 Hz; Vaccine Storage Capacity:
Refrigerator: 1.41 cubit feet (40 Liters), Freezer: 1.1 cubic feet (30
liters); external dimensions: 166.5 Centimeters (Cm) x 67.5 Cm x 76
Cm; Burner Type: Aladdin 23E; Performance at 32 Celsius degrees (C):
Temperatures recorded during day/night 32/15 C; Ice pack freezing with
vaccine: Freezer 2.4/24 Kilograms (Kgs)/hours (hrs); Internal
Temperatures Minimum: Refrigerator: 1 C, Freezer: -21C; Internal
Temperatures Maximum: Refrigerator: 5 C, Freezer: 5C; Holdover time
during power cut: Refrigerator: 3.8 hrs, Freezer: 3.8 hrs. Accesories:
one (1) External Thermomether and one (1) Flue Brush. 2. 1,000 Sets,
of Spare Parts for the above item No. 1.Each set must have the
following components: one each Wick (Cotton); one each Glass Flue, one
each Flame spreader; one each Wick cleaner; one each Electrical
heater, 110V; one each Flue Brush. 3. 550 each, Large Vaccine Carrier.
Vaccine storage capacity: 1.7 Liters; Weight Fully loaded: 5.1 Kgs;
Weight empty: 2.5 Kgs; External surface material: Polyurethane;
Internal linen material: Polyurethane; Insulation material:
Polyurethane; External dimensions: 15X24X33 Cms; Lid type and fixings:
Removable; Number of icepacks required: 4; cold life with opening: 48
hrs at 32 C 4. 1,000 each, Bimetal Vaccine Thermometer. Temperature
Range: (minus) -- -30 to +50 C; External Dimensions: 67X28mm; weight:
0.07 Kg. This acquisition is unrestricted (not set aside). The Standard
Industrial Classification (SIC) is 3585. Prices shall be F.O.B. Inland
Point Country of Importation Tegucigalpa, Honduras. Delivery shall be
as follows: All items shall be delivered to COALSA Warehouse,
Boulevard Comunidad Economica Europea, Antiguo Local de la Cerveceria,
Tegucigalpa, Honduras. All items shall be delivered sixty (60) days
after contract award. The Geographic Code approved for this procurement
is 000- United States only. Inspection and acceptance will be made as
follows: Place of Inspection: COALSA Warehouse, Boulevard Comunidad
Economica Europea, Antiguo Local de la Cerveceria, Tegucigalpa,
Honduras. Place of Acceptance: Same as place of inspection. Inspection
and Acceptance will be performed by: Angel Coca, HRD, Project Officer,
or his representative designated in writing. Offerors shall indicate
the name of the custom broker who will clear the items through Customs.
The following is a list of custom brokers who have experience in
clearing USAID shipments through customs. Offerors must select one of
them to avoid delays in clearing the vehicles: a) Agencia Barahona, Tel
(011-504) 33-6997, 37-2635, 39-0988 Fax 37-2633 b) Agencia ARHSA, Tel.
(011-504) 39-2454, 39-2452, 39- 2533, Fax 39-2459 c) Agencia Rolando
Erazo, Tel. (011-504) 37-8266. 36-5131, Fax 34-0541 Please note that
the following provisions apply to this solicitation: 52.212-1,
Instructions to Offerors -- Commercial, 52.212-4, Contract Terms and
Conditions,-Commercial Items 52. 212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items:
-52.222-3, Convict Labor -- -52.233-3, Protest after Award -52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I -52.203-10, Price or Fee Adjustment for Illegal or Improper Activity
-52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns -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 -52.247-64, Preference for Privately Owned
U.S.-Flag Commercial Vessels Offerors shall include with its proposal
a completed copy of the provision at 52.212-3, Offeror Representation
and Certifications -- Commercial Items. Offerors shall indicate in
his/her proposal, the supplier/manufacturer's authorized representative
in Honduras, who will handle warranty, and/or after sales services, and
a letter from the local representative stating the above shall be
included in the proposal. Failure to provide this information may
render a bid nonresponsive and ineligible for further consideration.
Offeror shall submit original and two copies of signed and dated offers
in sealed envelopes or packages addressed as follows: If sent by
courier, Office of Contract Management, USAID/Honduras, Avenida la Paz,
Frente Embajada Americana, Tegucigalpa, Honduras, and if by US postal
Service, USAID/Honduras/OCM, Unit 2927, APO AA 34022. Offers shall be
received at the above address at or before 3:00 p.m., January 8, 1998.
Offers, modifications, withdrawals, descriptive literature received
after the date and hour above specified will not be considered. A
public bid opening will be held at the address and hour specified
above. Telegraphic, facsimile, or electronic commerce bids, will not be
accepted. The offeror accepts to hold the prices in its offer firm for
60 calendar days from the date specified for receipt of offers. In
order to evaluate an offer, the offeror shall attach to his/her bid,
original descriptive literature, such as cuts, illustrations, drawings
and brochures, which shows the characteristics of a product or
explains its operation. The Government will evaluate bids in response
to this solicitation without discussions and will award a firm fixed
price contract to the responsible bidder whose bid, conforming to the
solicitation, will be most advantageous to the Government considering
only price and the price-related factors. For information regarding
this solicitation, offerors should contact Maria de los Angeles Zelaya,
at (011-504) 36-9320, ext. 2462. (0336) Loren Data Corp. http://www.ld.com (SYN# 0165 19971204\41-0001.SOL)
41 - Refrigeration, Air Condition and Air Circulating Equipment Index Page
|
|