Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1997 PSA#1985

USAID/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