COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668 Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 39 -- BINS FOR HORIZONTAL CAROUSEL STORAGE SYSTEM SOL M00681-00-T-0568
DUE 083000 POC Michael LeMaster 760 725 8135 fax 8445 E-MAIL:
lemastermp@mail.cpp.usmc.mil, lemastermp@mail.cpp.usmc.mil. This is a
combined synopsis/solicitation for commercial Services and is prepared
in accordance with the format in FAR Subpart 12.6, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; a separate written solicitation
will not be issued. Solicitation number M00681-00-T-568 applies and is
issued as a Request for Quotation. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-19 and DAC 91-13. This is a small business set
aside. The Standard Industrial Code is 2542 and the business size is
less than 500 employees. This requirement is for a single award, firm
fixed-price contract for the following supplies: 4 sizes of bin style
Storage Containers for horizontal storage system, in the following
specifications and quantities. CONTAINER 1: Qty 40 Blue with 5% minimum
UV protection. 18"d x 24" w x 5"h with 3 removable interlocking
dividers that form 16 openings of 4"x4". They will be made of fluted
plastic 4.0mm #160 HDPE. 5" roll over at top edge, and wire reinforced
top edge, with sonic welds. CONTAINER 2: QTY 432 Natural/white with 5%
minimum UV protection 18"d x 24" w x 9"h. They will be made of fluted
plastic 4.0mm #160 HDPE. 2" roll over at top edge, and wire reinforced
top edge, with sonic welds. Front to have 7" H hopper with 3" slant
down. CONTAINER 3: QTY 704, blue with 5% minimum UV protection, 18"d x
6" w x 5"h. They will be made of fluted plastic 4.0mm #160 HDPE. 2"
roll over at top edge, and wire reinforced top edge, with sonic welds.
Front to have 31/2" H hopper with 11/2" slant down. CONTAINER 4: QTY
3888 Natural/white with 5% minimum UV protection 18"d x 11" w x 10"h.
They will be made of fluted plastic 4.0mm #160 HDPE. 2" roll over at
top edge, and wire reinforced top edge, with sonic welds. Front to have
7" H hopper with 3" slant down. The Government will approve all first
run items. The provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items(Aug 1998) applies to this acquisition.
Offerors are required to complete and include a copy of the following
provisions FAR 52.212-3, Offer Representation and
Certifications-Commercial Items (Jan 1999) with their proposals. The
FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items
(Apr 1998), applies to this acquisition. FAR Clause FAR 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items (Jan 1999) applies with the
following applicable clauses from paragraph (b): FAR 52.203-6
Restrictions on Subcontractor Sales to the Government-Alternate I, FAR
52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36
Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment
Reports on Special Disabled Veterans and Veterans of the Vietnam Era,
FAR 52.225-3 Buy American Act-Supplies, and FAR 52.225-21 Buy American
Act-North American Free Trade Agreement Implementation Act-Balance of
Payments Program. DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items, applies with the following
clauses applicable for paragraph (b): DFARS 252.225-7001 Buy American
Act and Balance of Payment Program, DFARS 252.225-7036 North American
Free Trade Agreement Implementation Act. FAR 52.222-41 Service contract
act of 1965, as amended (41 usc. 351f Et Seq.FAR 52.222-4)STATEMENT OF
EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the
Service Contract Act of 1965, as amended, and the regulations of the
Secretary of Labor (29 CFR Part 4), this clause identifies the classes
of service employees expected to be employed under the contract and
states the wages and fringe benefits payable to each if they were
employed by the contracting agency subject to the provisions of 5
U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT
A WAGE DETERMINATION ;Employee Class Monetary Wage -- Fringe Benefits
05190 Any contract awarded, as a result of this solicitation will be
an order certified for national defense use under the Defense
Priorities and Allocations System. The Government intends to make a
single award to the responsible offeror whose offer is the most
advantageous to the Government considering price and price-related
factors. Provision 52.212-2, Evaluation-Commercial Items, applies with
paragraph (a) completed as follows and the following factors shall be
used to evaluate offers: (1) Offerors capability to meet the
Government's needs, to include 100% compatibility; (2) completion time
of services and (3) Price. Mailed or faxed copy offers must be
received no later than 4:00 p.m. PST, on 30 August 2000. Faxed offers
should be addressed to Sgt. Mike LeMaster 760-725-8445. Offer sent via
US Postal Service should be mailed to the Contracting Division, P.O.
Box 1609, Oceanside, CA 92051-1609, Attn: Sgt. Mike LeMaster. If offer
is to be sent via Federal Express, address should read Contracting
Division, Bldg. 22180, Camp Pendleton, CA 92055, Attn: Sgt. Mike
LeMaster. Posted 08/17/00 (W-SN487482). (0230) Loren Data Corp. http://www.ld.com (SYN# 0206 20000821\39-0001.SOL)
| 39 - Materials Handling Equipment Index
|
Issue Index |
Created on August 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|