Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1999 PSA#2368

Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J, 5611 Columbia Pike, Room 107, Falls Church, VA 22041-5050

81 -- ISO CSC TRICON-CONFIGURED INTERMODAL CONTAINERS SOL DAMT01-99-R-9006 DUE 070699 POC Kathy L. Lynch, Contract Specialist,(703)681-6140, (703) 681-9112 (facsimile) E-MAIL: Kathy L. Lynch, lynchk@mtmc.army.mil. (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION for the purchase of commercial items prepared in accordance with (IAW) the format in FAR 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) SOLICITATION NUMBER DAMT01-99-R-9006 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) #97-11, and DFARs Change Note DCN19990525. (iv) This solicitation is unrestricted. The SIC code is 3799. (v) CLIN 0001 PRODUCTION COST OF NEW AND UNUSED, STEEL ISO CSC TRICON CONFIGURED INTERMODAL CONTAINERS (Approximately 942 containers). CLIN 0001AA -- Delivery cost to Sierra Army Depot, Herlong, CA, QTY: 807. CLIN 0001AB -- Delivery cost to Ft. Sill, OK, QTY: 135. CLIN 0002 -- Decking/Shoring Beams, QTY 338 sets. One set of decking/shoring beams consists of 15 beams. (NOTE: All quantities are approximate). (vi) Description of Requirement: 1. The Government will procure approximately 942 TRICON-configured new and unused ISO CSC containers. CLIN 0001 is for the production CLIN 0001AA and CLIN 0001AB are for the delivery of individual TRICON units. CLIN 0002 is for one set of decking/shoring beams which consist of 15 beams per set. Three TRICONS when coupled together equal the dimensions of a standard 20' ISO dry container. New and Unused means that the container is sealed at the factory and shipped without cargo. 2. All construction shall be IAW the Commercial Item Description (CID) A-A-65422A, Dated 15 Mar 99, Container, Cargo, TRICON (Without cabinets, drawers or shelves), FIGURE Drawings 1 through 7, and as specified within this Synopsis/Solicitation. 3. The quantities identified in paragraph (v) are approximations based on the Government's unit price estimates. The Government reserves the right to unilaterally increase or decrease the quantity awarded. 4. The contractor shall provide decking/shoring beams in accordance with paragraph 1.21 of the CID and as specified herein. One set of 15 decking/shoring beams shall be placed in every third TRICON destined to Sierra Army Depot, Herlong, CA and Marked For: Building 304 (QTY: 111 sets) and GE1 (QTY: 146 sets). One set of 15 decking/shoring beams shall be placed in each TRICON destined to Sierra Army Depot and Marked For: TPT/PLCA (IPDS), (QTY: 36 sets). One set of 15 decking/ shoring beams shall be placed in every third TRICON destined to Ft. Sill, OK, (QTY: 45 sets). Additional sets may be ordered for TRICONs destined to Ft. Sill, OK based on available funding. (NOTE: All quantities are approximate). 5. Each TRICON shall be painted with a chemical agent resistant coating (CARC) paint. CARC paint and a compatible primer coat shall be used on both the metal surfaces of the interior and exterior of the TRICON in accordance with paragraph 1.26. of the CID. The Military Specification Document, MIL-C-53072B, Titled: Chemical Agent Resistant Coating (CARC) System Application Procedures and Quality Control Inspection, dated September 2, 1992, shall be used as a guide in the selection of the appropriate materials and procedures to ensure proper preparation and painting of the TRICON. The contractor shall upon request of the Government provide the name of the source for which the Chemical Agent Resistant Coating (CARC) paint was purchased. The sources of supply are identified in paragraph 1.26.2 of the CID, A-A-65422A, dated 15 Mar 99. 6. TRICONS destined to Sierra Army Depot, Herlong CA, shall be painted "Desert Tan" and units destined to Ft. Sill, OK, shall be painted "Olive Green" in accordance with paragraph 1.26 of the CID. 7. Special Requirements: a. Offerors are notified that the Government reserves the right to perform a plant survey at any time prior to the award of contract. The purpose of this plant survey is to examine the offerors technical production capability as it relates to the requirements of this Synopsis/Solicitation. b. Prototype. The contractor shall present one certified ISO CSC 20' TRICON configuration for Government review within 45 days after contract award, unless specifically waived by the Government. If multiple manufacturing firms are used, each firm is required to produce a prototype for Government review. The Government reserves the right to waive the prototype requirement if the successful offeror has produced TRICON configured units in accordance with required specifications. Government acceptance will take place within 14 days after approval of compliant prototype. c. Duty-Free Customs Information. All shipping documents submitted to Customs, covering foreign end products for which duty-free entry certificates are to be issued IAW DFAR Clause 252.225-7009 -- Qualifying Country End Products and Supplies (MAR 1998) shall be annotated with the contract number and marked as follows: "UNITED STATES GOVERNMENT, DEPARTMENT OF DEFENSE Duty-Free Entry to be claimed pursuant to section XXII, Chapter 98, Subchapter VIII, Item 9808.00.30 of the Harmonized Tariff Schedule of the United States. Upon arrival of shipment at the appropriate port of entry, District Director of Customs, please release shipment under 19 CFR part 142 and notify Commander, Defense Contract Management Area Operations (DCMAO)-New York, ATTN: Customs Team (DCMDN-GNIC) 207 New York Avenue, Staten Island, NY 10305-5013, Phone (718) 390-1065, Facsimile (718) 390-1093." (vii) Delivery. 1. Delivery shall be completed no later than the required delivery dates identified below to the following locations: a. Sierra Army Depot Herlong, CA 96113-5200 (QTY: 807) 333 TRICONS Marked For: Building 304, RDD 30 Oct 99 141 TRICONS Marked For: Fieldings, GE1, RDD 30 Oct 99 297 TRICONS Marked For: Fieldings, GE1, RDD 30 Nov 99 36 TRICONS Marked For: TPT/PLCA (IPDS), RDD 30 Oct 99 (NOTE: All quantities are approximate). (1) It is critical that the correct project code be marked on deliveries to assure quantities for each project are received correctly. (2) Primary point of contact: Ray Pino, (530) 827-5322, Facsimile (530) 827-4602. (3) Alternate point of contact: Jeff Swift, (530) 827-5322, Facsimile (530) 827-4602. (4) Facility Hours of Operation: 6:30 a.m. to 3:30 p.m. (PST), Monday thru Thursday. (5) The facility may accept up to 90 TRICON units per day, unless prior approval is granted from the receiving activity. b. DOL, Building 2243, Ft. Sill, OK (QTY 135), RDD 30 Oct 99. (NOTE: All quantities are approximate). (1) Primary point of contact: CPT Carmelo M. Borges, (580) 442-6913, Facsimile (580) 442-5805. (2) Alternate point of contact: Mr. Fred Lacey, DOL, (580) 442-6544, Facsimile (580) 442-3723. (3) Facility Hours of Operation: 7:30 a.m. to 4:00 p.m. (CST), Monday thru Friday. (4) The facility may accept up to 60 TRICON units per day, unless prior approval is granted from the receiving activity. c. The TRICONS may be delivered earlier than that specified above, provided storage space at destination is available. (viii) FAR 52.212-1 Instructions to Offerors, Commercial Items (AUG 1998) apply and are incorporated by reference. Please review and comply with all instructions. (ix) FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999) is incorporated by reference and applies to this acquisition. In accordance with 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-65422A, Dated 15 Mar 99 and Synopsis/Solicitation, and (2) Delivery. For the "Ability to Meet Specifications IAW CID A-A-65422A, Dated 15 Mar 99 and Synopsis/Solicitation" subfactor category, the offeror shall submit approved drawings and demonstrate its ability to: (a) comply with all ISO standards and requirements IAW the CIDand Synopsis/Solicitation (b) provide a production plan which identifies start date, completion date, estimated unit production by week, and timelines for prototype; (c) comply with all approval and certificate requirements to include Classification, TIR, Immunization, UIC and CSC; and (d) provide warranties for paint, structure, and decals. Factors (a) through (d) are listed in descending order of importance. For the "Delivery Schedule" subfactor category, proposals will be evaluated based on the delivery schedule submitted by the offeror and the demonstrated ability of the offeror to meet the required delivery dates (RDD). The delivery schedule shall include the following information as applicable: For the "Ocean Transportation Segment" the offeror shall provide a statement that a U.S Flag vessel shall be used, indicate estimated dates of sailing and arrival, and identify port(s) of embarkation, and port(s) of debarkation. For the "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 location by day/week to meet RDD, 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 required (i.e., from factory to POE and from POD to delivery location). For the "Past Performance" evaluation factor the offeror shall submit as part of their proposal the last three (3) contracts for the purchase of the same or similar items completed during the past two years using the Past Performance Reference Sheet and completed in accordance with specified instructions. 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 must list contracts as required above for all key personnel. 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 or other financial sources. All offerors shall indicate their DUNS number in their response and submit a Dun and Bradstreet Report. This performance information will be used to determine the offeror's: (1) ISO production experience for the same or similar items, (2) ability to produce units which meet technical and ISO specifications, (3) ability to meet delivery schedules, (4) capability to 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-65422A, Dated 15 Mar 99 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 and past performance when combined are 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 Representations and Certifications -- Commercial Items (MAY 1999) and DFAR 252.212-7000 Offeror Representations and Certifications -- Commercial Items (NOV 1995), 252.225-7006 Buy American Act -- Trade Agreements Act -- Balance of Payments Program Certificate (MAR 1998), 252-225-7007 Buy American Act -- Trade Agreements Act -- Balance of Payments Program (MAR 1998), and 252.225-7008 Supplies to be Accorded Duty-Free Entry (MAR 1998) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 1999) is incorporated by reference and applies to this acquisition. Contract Type: Firm Fixed Price (FFP). 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 commercial 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 warranty. The standard commercial warranty period shall begin upon final acceptance of the material listed in the schedule. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes -- Commercial Items (MAY 1999) 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 1 (JUL 1995). 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (JAN 1997), (41 USC 423). 52.219-8 Utilization of Small Business Concerns (JAN 1999), (15 USC 4212). 52.219-9 Small Business Subcontracting Plan (JAN 1999). 52.222-26 Equal Opportunity (FEB 1999), 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APR 1998), (38 USC 4212), 52.222-36 Affirmative Action for Handicapped Workers (JUN 1998), (29 USC 793). 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1999), (38 USC 4212). 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Program (JAN 1996) (41 USC 10, 19 USC 2501-2582.). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (JUN 1997) (46 USC 1241). DFARS clauses 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items (JAN 1999), and (xiii) DFARS clauses 252.225-7009 Duty-Free Entry-Qualifying Country End Products and Supplies (MAR 1998), and 252.225-7010 Duty-Free Entry -- Additional Provisions (MAR 1998), and 252.204-7004 Required Central Contractor Registration (MAR 1998) are incorporated by reference and apply to this acquisition. (xiv) DPAS Rating: N/A (xv) CBD number notes: N/A (xvi) Two (2) copies of your proposal are due not later than 1500 hours EDT on July 6,1999 at Headquarters, Military Traffic Management Command, JTMO, ATTN: MTAQ-J, Nassif Building, Room 108, 5611 Columbia Pike, Falls Church, VA 22041-5050. Offerors have the option of submitting the past performance reference information sheets prior to proposal due date. Early submission will afford the Government the opportunity to begin the past performance evaluation immediately. (xvii) If you intend to participate in this procurement and require copies of the CID, FIGURE Drawings 1 through 7, the Military Specification Document, MIL-C-53072B, Titled: Chemical Agent Resistant Coating (CARC) System Application Procedures and Quality Control Inspection, and the Past Performance Reference Information Sheet please contact Ms. Kathy L. Lynch (703) 681-6140 or by e-mail at lynchk@mtmc.army.mil. Posted 06/14/99 (W-SN342753). (0165)

Loren Data Corp. http://www.ld.com (SYN# 0343 19990616\81-0001.SOL)


81 - Containers, Packaging and Packing Supplies Index Page