Loren Data Corp.

'

  
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