|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415HQ, INDUSTRIAL OPERATIONS COMMAND, ATTN AMSIO-ACI, BLDG 350 5TH FLOOR
MIDDLE BAY, ROCK ISLAND IL 61299-6000 35 -- DRY CARGO CONTAINERS SOL DAAA09-99-R-2088 DUE 091099 POC
Contract Specialist Christine Tindle (309) 782-3449 (Site Code DAAA09)
E-MAIL: TINDLEC@IOC.ARMY.MIL, TINDLEC@IOC.ARMY.MIL. This is a
combined CBD Synopsis/Solicitation Package. The Solicitation Number is
DAAA09-99-R-2088 and should be referenced on any and all documents.
PROPOSALS ARE DUE NOT LATER THAN 1400 CDT 10 SEP 99. This is a firm
fixed price indefinite delivery/indefinite quantity requirement. The
minimum is 115 Each, estimated Maximum is 850 Each with the minimum of
115 Each to be awarded at time of contract award. Please offer one
price for all items. Evaluation shall be at the unit price entered by
the offeror times the estimated maximum quantity. Delivery shall be FOB
Destination. The required delivery date is October 22, 1999. Each
delivery order against the contract award will be individually funded
and delivery instructions will be furnished with each delivery order.
These are ONE TIME USED Dry Cargo Containers (MILVANS). New containers
are not solicited. Container design and manufacture 20 FT X 8 FT X 8
FT 6 IN. ISO ICC Type steel dry cargo container all steel welded
construction rated 24,000KG (52,910 LB). End Opening. Containers do not
need to be repainted. Green or Tan is preferred by the customer but
color is not a concern. Contractor will be required to stencil the USAU
Serial Numbers provided at time of contract award and will be
responsible for providing the stencils. Containers will be Convention
for Safe Containers (CSC) and will be CSC Inspected at destination.
Containers must meet Military Handbook 138A Standards (Container
Inspection handbook for Commercial and Military Intermodal Containers).
In Accordance with Clause 52.212-2, Technical evaluation will be
performed on the above stated requirements. Technical will be
pass/fail. Price and past performance will also be evaluated with price
being more important than past performance. Offerors are required to
submit verification of the above technical information with their
offers. Offerors are required to submit at least three references for
past performance evaluation. The offeror shall submit the reference
company name, address, phone number, fax number and point of contact.
References may be commercial or state, local or federal government.
Orders may be issued Orally, by Fax, or by electronic commerce methods
and are to be followed by written delivery orders. Orders may be
placed by the following authorized persons: Ms. Chris Tindle
(309)78203449; Mr. Greg Moore (309)782-8560; Ms. Karen Lindsey
(309)782-8642; Mrs. Helen Gonzales (309)782-8663. The term of the
contract for which orders may be placed shall be from DATE OF AWARD to
OCTOBER 1, 2000. Deliveries can be received during the hours of 0730
to 1400, Monday through Friday, 20 containers per day, at Goose Creek,
SC. NOTE: Contractors must have a cage code and must be registered in
the CCR to be eligible for award. The following FAR, DFARS and Local
clauses are applicable to this solicitation. 52.252-1 Solicitation
Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by
Reference; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-29
Order Limitations; 52.216-22 Indefinite Quantity; 52.242-12 Report of
Shipment (REPSHIP); 52.216-27 Single or Multiple Awards; 52.247-34 FOB
Destination; 52.247-50 No Evaluation of Transportation cost; 52.211-15
Defense Priority and Allocation Requirements; 52.212-1 Instructions to
Offerors Commercial Items; 52.212-4 Contract Terms and Conditions
Commercial Items; 52.000-4032 Restrictions on Use of Toxic Release
Inventory Chemicals; 52.000-4148 Commercial Packaging, Packing and
Marking Instructions; 52.232-4503 (52.000-4230) Remittance Address;
52.212-3III (52.000-4630) Offeror Representations and Certifications
Commercial Items; 52.212-5 (52.0000-4650) Contract Terms and Conditions
Required to implement Statutes or Executive Orders Commercial Items;
52.212-7000 (52.000-4660) Offeror Representations and Certifications
Commercial Items; 252.247-7024 Notification of Transportation of
supplies by Sea; 252.212-7001 (52.000-4672) Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of CommercialItems; 52.000-4834
AMC-Level Protest Program; 52.239-4500 (52.000-4911) Requirement for
Information Technology to Be Year 2000 Compliant; 52.000-4915 Media
Contacts; 252.204-7004 Required Central Contractor Registration;
52.211-14 Notice of Priority Rating for National Defense Use; 52.212-2
Evaluation Commercial Items; 52.215-5 FACSIMILE Proposals;
252.225-7006 Buy American Act -- Trade Agreements -- Balance of
Payments Program Certificate; 52.204-6 Data Universal Numbering System
(DUNS) Number; NOTE: THE FOLLOWING CLAUSES LISTED ABOVE HAVE A
REQUIREMENT FOR CONTRACTOR TO FILL IN THE BLANKS. THIS SHALL BE
ACCOMPLISHED AND RETURNED IN HARD COPY: 52.232-4503(52.000-4230);
52.212-3III(52.000-4630); 52.212-7000(52.000-4660); 252.225-7006. ALSO
PLEASE TAKE NOT OF THE REQUIREMENT IN CLAUSE 52.204-6. Posted 08/19/99
(A-SN370120). (0231) Loren Data Corp. http://www.ld.com (SYN# 0268 19990823\35-0001.SOL)
35 - Service and Trade Equipment Index Page
|
|