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