|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158Department of the Army, Headquarters, Military Traffic Management
Office, ATTN: MTTM-T Room 629, 5611 Columbia Pike, Falls Church, VA
22041-5050 81 -- SIDE OPENING INTERMODAL CONTAINERS SOL DAMT01-98-R-9803 DUE
083198 POC Kathy Lynch, Contract Specialist, (703) 681-6140 or Sarah
Wiley, Contracting Officer, (703) 681-9770 or by facsimile (703)
681-9112!! E-MAIL: Kathy Lynch, lynchk@baileys-emh5.army.mil. (i) THIS
IS A COMBINED SYNOPSIS/SOLICITATION for the purchase of commercial
items prepared in accordance with (IAW) 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. (ii) This
SOLICITATION NUMBER DAMT01-98-R-9803 is issued as a request for
proposals (RFP). (iii) The solicitation document and incorporated
provisions and clauses are those in effect through FEDERAL ACQUISITION
CIRCULAR (FAC) #97-5, DEFENSE FEDERAL ACQUISITION CIRCULAR (DFAC)
#91-13, and AFARS 98-003. (iv) This solicitation is unrestricted. The
SIC code is 3799. (v) Contract Line Item Numbers (CLINs). CLIN 0001:
Prototype, 20'x8'x8'6" New and Unused, ISO CSC 1CC Dry Side Opening
Cargo Container, Qty 1. CLIN 0002: 20'x8'x8'6" New and Unused, ISO CSC
1CC Dry Side Opening Cargo Containers, Qty 1600. CLIN 0003: Delivery
of CLIN 0002 to Military Ocean Terminal, Sunny Point, NC. (vi)
Description of Requirements. 1. The Government will procure 1600,
20'x8'x8'6", new and unused, ISO CSC 1CC dry cargo containers with full
length side opening doors (New and Unused means that it is sealed at
the factory and shipped without cargo). All construction shall be IAW
the Commercial Item Description (CID) A-A-52029, dated 21 Jul 98 and as
specified within the Synopsis/Solicitation. The CID is available by
facsimile or email from Shelly Johnson, (703) 681-1418, Kathy Lynch
(703) 681-6140, or Tina Parrish, (703) 681-5618. 2. Special
Requirements. a. Placard Holders. Placard holders are required IAW the
CID. b. Markings. On the left side of the forklift pocket on both
sides, shall be stenciled "Property of the U.S. Government" in a
minimum of 5" white letters. All other identification markings shall be
IAW the CID and ISO 6346. c. Prototype. The contractor shall present
one (1) certified 20'x8'x8'6" ISO CSC 1CC dry cargo container IAW the
CID and Synopsis/ Solicitation for Government review 30 days after
contract award. 3. Approved Level II engineering drawings shall be
submitted. (vii) Delivery. All units shall be delivered to the Military
Ocean Terminal, Sunny Point, South Port, NC 28461-5000. The hours of
operation are 0730 to 1530 and the facility can accept up to 60 units
per day. Delivery shall commence NLT 26 Jan 99 and be completed NLT 10
Apr 99. (viii) FAR 52.212-1 Instructions to Offers, Commercial Items
applies and is incorporated by reference. (ix) FAR 52.212-2, Evaluation
-- Commercial Items is incorporated by reference and applies to this
acquisition. ADDENDUM 52.212-2 Para (a) The Government will award the
contract to the responsible offeror whose offer represents the best
overall value. The Government will determine each offeror's overall
value on the basis of an integrated assessment of three evaluation
factors: Technical Capability, Past Performance, and Price. Subfactors
under Technical Capability are: (1) Ability to Meet Specifications IAW
CID A-A-52059, Dated 21 Jul 98 and Synopsis/Solicitation, and (2)
Delivery. For the "Ability to Meet Specifications IAW CID A-A-52059,
Dated 21 Jul 98 and Synopsis/Solicitation" subfactor, the offeror shall
demonstrate its ability to comply with all ISO standards and
requirements IAW the CID and Synopsis/Solicitation; comply with all
approval and certificate requirements to include Classification, TIR,
Immunization, UIC and CSC; paint (Lusterless Desert Tan) IAW commercial
standards; white underside coating IAW CID, and identification marking
requirements IAW CID, Synopsis/Solicitation, and ISO 6346; specify
warranties for paint, structure, and decals; provide a detailed
production plan which identifies the start and completion dates and
estimated unit production by week; and provide the timelines for the
prototype. For the "Delivery" subfactor, the offeror shall provide a
delivery plan which shall include the following information, as
applicable: Ocean Transportation Segment. The offeror shall provide a
statement that U.S Flag vessel shall be used and estimated dates of
sailing and arrival, port(s) of embarkation, and port(s) of
debarkation. Non-Ocean Transportation Segment. The offeror shall
provide the mode of shipment (i.e., truck or rail), estimated number of
units delivered to specified delivery locations by day/week to meet 10
Apr 99 delivery date, and a statement that delivery will be made to
the designated locations NLT 1530 hours, local time, unless prior
approval for different delivery times has been given by the receiving
government activity. Information for the non-ocean transportation
segment is also required when ocean transportation is a required (i.e.,
from factory to POE and from POD to delivery location). For the "Past
Performance" evaluation factor the offeror shall submit the following
information as part of their proposal and a list of the last three (3)
contracts completed during the past two years and all contracts
currently in process for which the same or similar items were produced.
Contracts listed may include those entered into by the Federal
Government, agencies of state or local governments and commercial
customers. Offerors that are newly formed entities without prior
contracts should list contracts as required above for all key
personnel. Include the following information for each contact: (a) Name
of contracting activity; (b) Contract Number; (c) Contract Type; (d)
Total contract value; (e) Description of units produced; (f)
Contracting Officer and telephone; (g) Program manager and telephone;
(h) Administrative contracting officer, if different from (f); and (i)
List of major subcontractor (s). The offeror may provide information
on problems encountered on the contracts and corrective actions taken
to resolve those problems. The offeror may also submit information on
any quality awards earned. The Government reserves the right to consult
other sources of information concerning your past performance,
including but not limited to past and present customers, and
subcontractors. Each offeror will be evaluated on their performance
under existing and prior contracts for the same or similar products.
This performance information will be used to determine the offeror's
ability to: (1) demonstrate ISO production experience for the same or
similar items, (2) produce units which meet technical and ISO
specifications, (3) meet delivery schedules, (4) identify and resolve
technical issues, and (5) determine offeror's commitment to customer
service. The Dun & Bradstreet or other financial resources may be used
to determine the financial soundness of the offeror. Within the
"Technical Capability" evaluation factor, subfactor (1), "Ability to
Meet Specifications IAW CID A-A-52059, Dated 21 Jul 98 and
Synopsis/Solicitation" is of greater weight than subfactor
(2),"Delivery". The two subfactors when combined equal the "Technical
Capability" evaluation factor, and are significantly more important
than "Past Performance." Technical Capability is significantly more
important than Price. Past Performance is more important than Price.
Award will be based upon the best value to the Government, price and
non-price factors considered. (x) Offerors shall include a completed
copy of the provision at FAR 52.212-3, Offeror Repesentations and
Certifications -- Commercial Items, with its offer. (xi) 52.212-4,
Contract Terms and Conditions -- Commercial Items is incorporated by
reference and applies to this acquisition. Contract Type: Firm Fixed
Price FAR (FFP). (xii) FAR 52.212-5 Contracts Terms and Conditions
Required to Implement Statutes -- Commercial Items, is incorporated by
reference; however, for paragraph (b) only the following provisions
apply to this acquisition: 52.212-5 (b), 52.203-6 Restrictions on
Subcontractor Sales to the Government with ALT I 1995). 52.203-10 Price
or Fee Adjustment for Illegal or Improper Activity (SEPT 1990), (41 USC
423). 52.219-8 Utilization of Small Disadvantaged and Women Owned Small
Business Concerns (OCT 1995), (15 USC 4212). 52.219-9 Small Business,
Small Disadvantaged and Women OwnedSmall Business Subcontracting Plan
(OCT 1995). 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action
for Special Disabled and Vietnam Era Veterans (APRIL FAR 1984), (38 USC
4212). 52.222-36 Affirmative Action for Handicapped Workers (APRIL
1984), (29 USC 793). 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era (JAN 1988), (38 USC 4212).
52.225-9, 52.247-64, Preference for Privately Owned U.S.-Flag
Commercial Vessels (46 U.S.C. 1241). DFARS clauses 252-225-7001 Buy
American Act and Balance of Payments Program (JAN 1994) 252.212-7000
Offeror Representations and "Certifications -- Commercial Items (NOV
1995). 252.212-7001 Contract Terms and Conditions Required to Implement
Statues or Executive Orders Applicable to the Defense Acquisitions of
Commercial Items (JUL 1997). 252.225-7006 Buy American Act-Trade
Agreements Act-Balance of Payments Program Certificate (JUN 1997).
(xiii) Additional Requirements. Warranty. The contractor shall extend
to the government full coverage of any standard commercial warranty
normally offered to a similar commercial customer, provided such
warranty is available at no additional cost to the Government.
Acceptance of the standard warranty does not waive the Government's
rights under the "Inspection Clause" nor does it limit the Government's
rights with regard to the other terms and conditions of this
acquisition. In the event of a conflict, the terms and conditions of
this contract shall take precedence over the standard commercial
rating. The standard commercial warranty period shall begin upon final
acceptance of the material listed in the schedule. (xiv) DPAS Rating:
N/A (xv) CBD Number notes: 12 (xvi) Two (2) copies of your proposal
are due not later than 1500 hours eastern time, 31 August 1998 at
HQMTMC, Nassif Building, JTMO, MTTM-E, Room 108, 5611 Columbia Pike,
Falls Church, VA 22401-5050. To ensure your offer is considered, please
telephone Kathy Lynch (703) 681-6140 to confirm that your offer has
been received. The evaluation will begin immediately upon receipt of
offers. (xvii) The offeror's proposal shall be submitted IAW the
following format: (1) Transmittal letter, (2) CLIN pricing information,
(3) Representations and Certifications, (4) Technical submission which
addresses all areas as specified in the solicitation to include the
Production Plan and Delivery Schedule, and (5) Past Performance
Information. (xviii) You must include past performance references as
follows: a. Specify the name, current telephone number, and contract
number for your five most recent commercial or government contracts for
the same or similar items. b. For the references provided in paragraph
(a) above, include a brief description of the item provided, quantity,
and dollar value. Indicate compliance with delivery schedules mandated
by the customer. Include any information available concerning your
compliance with the specifications. c. The government reserves the
right to consult other sources of information concerning your past
performance, including but not limited to Dun and Bradstreet, other
financial resources, and any other customers. Please include a copy of
your most recent Dun and Bradstreet report, if available. Also, please
indicate your DUNS number in your response. (xix). You must complete
registration in the Central Contractor Registration database to be
eligible for DOD contracts award after 31 May 1998. The CCR allows DOD
vendors to provide basic business information one time to the
government. Updates occur annually. The CCR provides worldwide
visibility of sources to negotiators and finance officers. You may
register by following the procedures below: 1. Access the World Wide
Web home page address: http://ccr.edi.disa.mil/ 2. Complete the
registration form by following the instructions on the screen.
Instructions to FAX the CCR registration form to the appropriate
Registration Assistance Center (RAC) are also included on the screen.
The RAC number can be obtained by calling (888) 227-2423. 3. Before
contract award, the Contracting Officer MUST verify registration of
prospective awardees. If you intend to participate in this procurement
and require copies of the commercial item description concerning this
specific acquisition, contact Kathy Lynch at (703) 681-6140 or by
e-mail at. Posted 08/11/98 (W-SN235772). (0223) Loren Data Corp. http://www.ld.com (SYN# 0462 19980813\81-0002.SOL)
81 - Containers, Packaging and Packing Supplies Index Page
|
|