Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,2000 PSA#2531

Chief, Centralized Contracting Division (402D3), National Cemetery Administration Operations Support Center, 5101 Russell Rd., Quantico, VA 22134

93 -- THERMOPLASTIC/THERMOSETTING GRAVELINERS -- PUERTO RICO NATIONAL CEMETERY SOL RFQ 786-34-00 DUE 020700 POC Wayne A. Simpson, Contracting Officer, 703-441-3088 (voice); 703-441-3070 (fax) E-MAIL: Click here to CONTACT THE CONTRACTING OFFICER VIA, wasimpson@cem.va.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation No. RFQ 786-34-00 is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. FAR Clauses and Provisions referenced in this combined synopsis/solicitation may be obtained electronically at the following URL: http://www.arnet.gov/far. VA Acquisition Regulations (VAAR) may be obtained electronically at the following URL: http://www.va.gov/oa&mm/vaar. Standard Industrial Classification (SIC) Code 3089 and a size standard of 500 employees applies to this acquisition. The National Cemetery Administration (NCA) has a requirement for five hundred thermoplastic/thermosetting graveliners, delivered F.O.B. Destination within Consignee's Premises to Puerto Rico National Cemetery, Bayamon, PR. Delivery is required by March 29, 2000. The delivery time is mandatory. The Government reserves the right to transmit orders to the contractor by electronic methods. CLIN 001, Thermoplastic/Thermosetting Graveliner, Style I, Size B (in accordance with the specifications stated herein), Quantity 500 each. SALIENT CHARACTERISTICS: Liner, grave, thermoplastic/thermosetting, materials used in graveliner construction will consist of any organic, synthetic or processed natural polymers that are molded, cast, extruded, drawn, laminated, or otherwise formed into film, sheets, or other bulk geometries. The material shall be non-porous and non-biodegradable. Thermoplastic graveliners will have the property of becoming permanently rigid when heated and cured. Thermoplastic and thermosetting systems may exist as bulks and solids suitable to produce the performancerequired in this specification. Thermoplastic and thermosetting systems will be capable of withstanding all strains when subjected to temperatures of -3.89oC. COLOR: Black. STYLE AND SIZE (sizes are expressed in soft metric): Style I, Size B: DOME, Length 211 cm +/- 1.3 cm (83"), Width 74 cm +/- 1.3 cm (29"), Height 74 cm +/- 1.3 cm (29"), Weight 31.75 kg +/- 0.9 kg (70 pounds). BASE, Length 211 cm +/- 1.3 cm (83"), Width 79 cm +/- 1.3 cm (31"), Weight 10.89 kg +/- 0.9 kg (24 pounds). WORKMANSHIP: Graveliners shall be free from defects, which detract from its appearance or impair its serviceability. All interlocking structures or holes must be matched and aligned to facilitate fastening the parts to make a stable structure. Graveliners furnished will be designed for a maximum burial depth of seven feet from the bottom of the liner, with minimum soil cover of 46 cm, be capable of structurally withstanding passage of an axle load of 5.0 metric tons after burial and provide for ease of installation. Liners willhave a sufficient weight bearing surface area to prevent sinkage. This area may vary depending upon soil conditions, but in all cases, will be capable of passing the functional test specified in paragraphs entitled "Functional tests" in order to perform this function in place after installation. DESIGN AND CONSTRUCTION: Thermoplastic/thermosetting Graveliners will meet the performance requirements. In all cases, the liner will be capable of supporting the required axle load of 5.0 metric tons plus the superimposed earth load. QUALITY CONTROL AND ASSURANCE PROVISIONS: Responsibility for inspection: Unless otherwise specified in the contract or purchase order, the contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract or purchase order, the contractor may use his own or any facilities suitable for the performance of the inspection requirements specified herein unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure that supplies and services conform to prescribed requirements. Records: Records of examinations and tests performed by or for the contractor shall be maintained by the contractor and made available to the Government, upon the Government's request, at any time, or from time to time, during the performance of the contract and for a period of three years after delivery of the supplies to which such records relate. Inspection: Inspection, as used herein, is defined as both examination (such as visual or auditory investigation without the use of special laboratory appliances or procedures) and testing (determination by technical means of physical and chemical properties) of the item. Preproduction sample: When specified a preproduction sample will be required and will be examined and tested in accordance with this specification. The preproduction sample will be representative of the production article. However, the requirements for furnishing a preproduction sample may be waived as to a quota if: (a) The offeror states in the quote that the product offered is the same as a product previously furnished to the procuring activity under a prior contract, and the offeror identifies the contract; (b) The contracting officer determines that such product meets the requirements of the specifications. Tests: Tests shall be conducted to determine compliance with these commercial item description requirements. Where feasible, the same sample shall be used for the determination of two or more test characteristics. During the first year of the contract a baseline laboratory test will be developed to replicate the in ground test. This laboratory baseline test will be used to conduct periodic tests of selected product. Testing of components. Upon request, the supplier will furnish a certification of compliance, an analysis for all characteristics of material specified and applicable referenced specifications. The Government reserves the right to verify the correctness of such certificates of compliance and analysis. The graveliners will conform to the following American Society for Testing and Materials (ASTM) Standards: ASTM D-256 -- Notched IZOD Impact Strength; ASTM D-638 -- Tensil Strength at Yield; ASTM D-638 -- Tensil Modulus; ASTM D-648 -- Deflection Temperature (Amended); ASTM D-785 -- Hardness; ASTM D-790 -- Flexural Modulus and Flexural Strength; ASTM D-792 -- Specific Gravity; ASTM D-1238 -- Melt Flow Rates. Sampling for examination: Sampling for examination shall be conducted in accordance with MIL-STD-105, with an AQL of 1.0 (percent defective) and an inspection level of S-1. Examination of furnished product: Graveliners will be examined for the defects listed below. Whenever a deviation to specified requirements is noted, correction will be made. Failure to make corrections will be cause for rejection: (a) Size/dimensions not as specified; (b) Weight not as specified; (c) Materials not as specified; (d) Surface contains foreign inclusions, spalling, holes, cracks, large voids, or other evidence of poor manufacture. Functional test: Upon Request, a functional load test will be made at the contractor's expense under the direction of the contracting officer, or his/her representative, to insure the graveliner, as furnished, will be capable of support load weight stated in paragraph entitled "Design and construction." The functional test will consist of the following: Confined loading. The liner shall be placed on a flat surface below ground and covered with a granular soil material. The soil will be compacted thoroughly around and on top of the liner to a thickness of 46 cm. A wheeled tractor or truck with an axle load of 5.0 metric tons will then be passed over the covered liner a minimum of 20 times in repetition. The liner must not show any signs of material overstress or cracking. The contracting officer or his/her designated representative at any time may make unannounced inspections of the contractor's plant. Contractor certification: The contractor shall certify that the product offered meets the salient characteristics of this specification and conforms to the producer's own drawings, specifications, standards, and quality assurance practices. The Government reserves the right to require proof of such conformance prior to first delivery and thereafter as may be otherwise provided for under the provisions of the contract. Regulatory Requirements: Federal Food, Drug and Cosmetic Act. If the product covered by this document has been determined by the U.S. Food and Drug Administration to be under its jurisdiction, the offeror/contractor shall comply, and be responsible for compliance by its subcontractors/suppliers, with the requirements of the Federal Food, Drug and Cosmetic Act, as amended, and regulations promulgated thereunder. In addition, the offeror/contractor shall comply, and be responsible for compliance by its contractors/suppliers, with the requirements of all other applicable Federal, State, and local statutes, ordinances, and regulations. Recovered materials: The offeror/contractor is encouraged to use recovered material in accordance with Federal Acquisition Regulation Subpart 23.4 to the maximum extent practical. Packaging and packing: Graveliners will be palleted or otherwise prepared for shipping in accordance with standard commercial practice to insure carrier acceptance and safe delivery in containers complying with rules and regulations applicable to the mode of transportation. Marking: Shipping containers will be marked in accordance with the manufacturer's standard commercial practice. Copies of Federal Standard No. 376, Preferred Metric Units for General Use by the Federal Government, may be obtained from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following FAR and VAAR clauses are incorporated by addenda: 52.247-35, F.O.B. Destination, Within Consignee's Premises; 852.211-72, Inspection; and 852.270-4, Commercial Advertising. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses in FAR 52.212-5 are applicable: 52-203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Records on Disabled Veterans and Veterans of the Vietnam Era; 52.225-9, Buy American Act -- Trade Agreements Act -- Balance of Payments Programs; 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration; 52.232-36, Payment by Third Party. FAR Provision 52-212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition. The following VAAR provisions are incorporated as addenda: 852.270-1, Representatives of Contracting Officers; and 852.233-70, Protest Content. FAR Provision 52-212-3, Offeror Representations and Certifications -- Commercial Items, shall be included with the offeror's quotation, along with the provision at VAAR 852.219-70, Veteran-Owned Business. Quotations should be submitted via e-mail (preferred method) to: wasimpson@cem.va.gov, or by U.S. Mail, or otherwise sent so as to reach the issuing office no later than 12:00 Noon, EST, Monday, February 7, 2000. Facsimile quotations are authorized and may be sent to: 703-441-3070. Offerors should contact the contracting officer prior to the closing time/date to confirm the issuing office received quotations submitted by electronic mail or facsimile. Posted 02/03/00 (W-SN421383). (0034)

Loren Data Corp. http://www.ld.com (SYN# 0300 20000207\93-0001.SOL)


93 - Nonmetallic Fabricated Materials Index Page