|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1999 PSA#2440Department of the Army, Joint Traffic Management Office, Attn: MTAQ-J,
5611 Columbia Pike, Room 107, Falls Church, VA 22041-5050 81 -- 145 ISO DRY CONTAINERS; 117, TYPE I (DOORS ON ONE END); 20, TYPE
II (DOORS ON BOTH ENDS); AND 8, TYPE III (DOORS ON BOTH ENDS AND ON ONE
SIDE) ISO CSC 1C DRY CARGO INTERMODAL CONTAINERS!! SOL 99-R-9014 DUE
101499 POC Allen F. Reed, Contract specialist, 703/681-1420,
703/681-9112 (Facsimile), 703/681-5621 (Alternate) WEB:
reeda@MTMC.army.mil, reeda@MTMC.army.mil. E-MAIL: reeda@MTMC.army.mil,
reeda@MTMC.army.mil. 17. (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) SOLICITATION NUMBER DAMTO1-99-R-9014 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 DCN19990819. (iv) This solicitation is unrestricted. The SIC code
is 3799. (v) CLIN 0001 -- NEW AND UNUSED STEEL ISO CSC 1C 20'X8'X8'
DRY CARGO INTERMODAL CONTAINERS (145 CONTAINERS). CLIN 0001AA --
PRODUCTION COST, TYPE I (DOORS ON ONE END), QTY: 117. CLIN 0001AB --
PRODUCTION COST, TYPE II (DOORS ON BOTH ENDS), QTY: 20. CLIN 0001AC --
PRODUCTION COST, TYPE III (DOORS ON BOTH ENDS AND ONE SIDE), QTY:8.
CLIN 0002 -- DELIVERY OF CLINS 0001AA, 0001AB AND 0001AC. CLIN 0002AA
-- DELIVERY, TYPE I, QTY: 2 TO NATICK, MA. CLIN 0002AB -- DELIVERY,
TYPE I, QTY: 27 TO FREDERICK, MD. CLIN 0002AC -- DELIVERY, TYPE II,
QTY: 20 TO FREDERICK, MD. CLIN 0002AD -- DELIVERY, TYPE III, QTY: 3 TO
FREDERICK, MD. CLIN 0002AE -- DELIVERY, TYPE 1, QTY: 88 TO ALBANY, GA.
CLIN 0002AF -- DELIVERY, TYPE III, QTY: 5 TO TOBYHANNA, PA. CLIN 0003
-- OPTION FOR ADDITIONAL TYPES I AND II CONTAINERS (APPROXIMATELY 103
CONTAINERS). CLIN 0003AA -- TYPE I (DOORS ON ONE END) CONTAINERS,
APPROXIMATE QTY: 97. CLIN 0003AB -- TYPE III (DOORS ON BOTH ENDS AND
ONE SIDE) CONTAINERS, APPROXIMATE QTY: 6. CLIN 0004 -- DELIVERY OF
CLINS 0003AA, AND 0003AB. CLIN 0004AA -- DELIVERY, TYPE I, QTY: 44 AND
TYPE III, QTY: 6 TO FREDERICK, MD. CLIN 0004AB -- DELIVERY, TYPE I,
QTY: 53 TO ALBANY, GA. (vi) Description of Requirement: 1. The
Government will purchase 145 new and unused steel ISO CSC 1C 20'x8'x8'
dry cargo intermodal containers consisting of 117 Type I, 20 Type II,
and 8 Type III containers as defined in the Commercial Item
Description (CID) A-A-52034A, Dated 14 Jul 99. 2. The Government
reserves the right to exercise an option to increase the quantities
purchased by an approximate amount of ninety-seven (97) additional Type
I containers and an approximate amount of six (6) additional Type III
containers. 3. The quantities identified CLIN 0003 in paragraph (v)
above, are approximations based on the Government's unit price
estimates. The Government reserves the right to unilaterally increase
or decrease the approximate quantity awarded. Additional containers may
be ordered based on available funding. 4. All construction shall be IAW
with CID A-A-52034A, dated 14 Jul 99 and as specified within this
Synopsis/Solicitation. 5. Special Requirements: a. Plant Survey.
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 Type III, ISO CSC 1C 20'x8'x8' dry cargo intermodal container
for Government review within 30 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 Type III containers
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 -- Duty-Free
Entry-Qualifying Country Supplies (End Products and Components) (MAR
1998) shallbe 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 of the one hundred forty-five (145)
containers shall be completed not later than 21 January 2000.
Containers may be delivered earlier, provided storage space is
available at destination. 2. The Government intends to exercise the
Option for Additional Containers no later than 30 November 1999. In the
event the Government exercises the Option for Additional Containers,
the approximately one hundred three (103) additional containers shall
be delivered no later than one hundred twenty (120) calendar days from
the date of the exercise of the option. 3. Delivery shall be
coordinated at least 24 hours in advance by contacting the
Primary/Alternate POCs for each delivery location. 4. See the paragraph
numbered "(xviii)" of this Synopsis/Solicitation for information
regarding how to obtain specific delivery requirements. (viii) FAR
52.212-1 Instructions to Offerors, Commercial Items (JUN 1999) 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 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-52034A, Dated 14 Jul 99 and
Synopsis/Solicitation, and (2) Delivery Schedule. For the "Ability to
Meet Specifications IAW CID A-A-52034A, Dated 14 Jul 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 CID and 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 Society, Transport Internationale des Routiers (TIR),
Timber Component Treatment (TCT), Union Internationale des Chemins de
Fer (UIC), and International Convention for Safe Containers (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 date
(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 debarkation, and port(s) of embarkation. 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 in order to meet RDD, and a statement
that delivery will be made to the designated locations by specified
times, 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 recent
Dun & Bradstreet Report. Thisperformance 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-52034A, Dated 14 Jul 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 (JUN1999) and DFAR 252.212-7000
Offeror Representations and Certifications -- Commercial Items (NOV
1995), 252.225-7006 Buy American Act -- Trade Agreements -- Balance of
Payments Program Certificate (MAR 1998), 252-225-7007 Buy American Act
-- Trade Agreements -- 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
applicable material listed in the schedule. (xii) FAR 52.212-5 Contract
Terms and Conditions Required to Implement Statutes or Executive Orders
-- 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 (JULY 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 (JUN 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 Disabled Veterans and Veterans of the Vietnam Era (APR 1998), (38
USC 4212). 52.222-36 Affirmative Action for Workers With Disabilities
(JUN 1998), (29 USC 793). 52.222-37 Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era (JAN 1999), (38 USC 4212).
52.225-9 Buy American Act -- Trade Agreements -- 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 Executives Orders Applicable to the
Defense Acquisition of Commercial Items (JAN 1999). (xiii) DFARS
clauses 252.225-7009 Duty-Free Entry-Qualifying Country Supplies (End
Products and Components) (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 EST, 14 October 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. To
ensure your offer is considered, please telephone Allen F. Reed (703)
681-1420 to confirm that your offer has been received. The evaluation
will begin immediately upon receipt of the offers. Offerors must
acquaint themselves with the new regulations concerning commercial
items acquisition contained at FAR subpart 12 and must ensure that all
Certifications and Representations are executed and returned as called
for in this solicitation. (xvii) The offeror's proposal shall be
submitted IAW the following format: (1) Transmittal letter addressing
the requirements of FAR 52.212-1, (2) CLIN pricing information, (3)
Representations and Certifications, (4) Technical submission which
addresses all areas as specified in this Synopsis/Solicitation to
include Production Plan and Delivery Schedule, (5) Approved Drawings,
(6) Past Performance Reference Information Sheets, (7) your most recent
Dun and Bradstreet Report, and (8) DUNS number. (xviii) If you intend
to participate in this procurement and require copies of the Specific
Delivery Requirements, the CID, A-A-52034A, dated 14 Jul 99, FAR
52.212-3 Offeror Representations and Certifications -- Commercial Items
(JUN 1999), DFAR 252.212-7000 Offeror Representations and
Certifications -- Commercial Items (NOV 1995) and the Past Performance
Reference Information Sheet, please contact Allen F. Reed at (703)
681-1420 or by e-mail at reeda@mtmc.army.mil. Posted 09/22/99
(W-SN383259). (0265) Loren Data Corp. http://www.ld.com (SYN# 0290 19990924\81-0001.SOL)
81 - Containers, Packaging and Packing Supplies Index Page
|
|