COMMERCE BUSINESS DAILY ISSUE OF MARCH 16, 2001 PSA #2809
SOLICITATIONS
81 -- CLASS IICL5 & AMMO GRADE CARGO CONTAINERS
- Notice Date
- March 14, 2001
- Contracting Office
- Department of the Army, Headquarters, Military Traffic Management Office, ATTN: MTTM-T Room 10S07, 200 Stovall Street, Alexandria, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- DAMT01-01-R-0001
- Response Due
- March 16, 2001
- Point of Contact
- EDWARD G. DAWSON, Contracting Officer, 703-428-2020, or LARRY STOKES, Contracting Specialist, 703-428-2022
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION for the purchase of commercial items prepared in accordance with (IAW) the format in 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 NUMBER DAMT01-01-R-0001 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR (FAC) #97-23, and DFARs Change Note 20001213. This solicitation is unrestricted. The NAIC code is 336214. (i) National Stock Number (NSN): N/A (ii) Qualification Requirement: N/A (iii) Manufacturer: Various (iv) Size, Dimensions, or other form, fit or functional description: 1. The Contractor shall provide twenty (20) each 20' Dry Ammo Grade Containers not older than 6 years and thirty four (34) each 20' IICL5 Containers not older than 8 years. Each container shall be 20' long and specifically designed to facilitate the transportation of hazardous/explosive cargo by road, rail, and sea modes of transportation worldwide. Each container must conform to the mandates of 49 CFR, parts 450, 451, and 453. Each container must meet the structural and serviceability requirements of the International Marine Dangerous Goods (IMDG) Code and mandates of CFR 49, Parts 172 and 176. Each container must have a current ISO CSC Inspection and/or be enrolled in the vendors approved Continuous Examination Program (ACEP). Each container must meet MIL-HNBK-138-A guidelines. Containers must also meet the following criteria: a. 49 CFR 176.170 governs the transport of class I (explosive) materials in freight containers. Specifically, containers must have a floor consisting of tightly fitted wooden boards, plywood or the equivalent non-metallic material and non-metallic lining. b. 49 CFR 176.172 identifies serviceability requirements for freight containers carrying class I (explosive) materials on ships. Specifically: (1) Containers may not be used unless they are deemed structurally serviceable as evidenced by a current CSC plate (and ACEP sticker if unit is in the ACEP program). (2) Structurally serviceable means that the freight container or vehicle cannot have major defects in its structural components. (3) Primary Structural Components. An intermodal container with any major defects in any component of its primary structure is unacceptable. For purposes of this criteria, primary (main) structural components (members) include: corner fittings, corner posts, door sill, and header, top and bottom end rails, top and bottom side rails, floor cross members, and forklift pockets. (4) Major Defects: A major defects includes: (a) Dents or bends in any primary structural component greater than inch (19mm), regardless of length. (b) A crack, break, cut, tear, puncture, or corrosive failure in any primary structural component. A missing, cracked, broken weld at the juncture between any primary structural components. (c) A loose or missing fastener at the juncture between any primary structural components of an aluminum type container. (d) More than one splice or an improper splice (such as a lapped splice) in top or bottom end rail or door header. (e) More than two splices or an improper splice in any one top or bottom side rail. (f) More than two splices or an improper splice in any one floor cross member, including a cross member that forms a side of a forklift pocket. (g) Any splice in a doorsill or corner post. (h) Door hinges and hardware that are seized, twisted, broken, missing or otherwise inoperative. (i) Any distortion of the overall configuration great enough to prevent alighment of handling equipment, mounting and securing chassis or vehicle, or insertion into shipcells (Separation between top of forklift and underside of door greater than 3/8 inch (10mm) at point of attachment). (j) Rusted out metal in sidewalls or disintegrated fiberglass. Normal wear including oxidation (rust), slight dents (exterior dent is acceptable provided no cube loss) and scratches, and other damage that does not effect serviceability or the weather tight integrity of the units is unacceptable. (k) Any damage or degradation within a component that could place any person in danger during subsequent handling, stacking, or transport of the intermodal container. c. Splice means any repair of a freight containers main structural member which replaces material, except complete replacement of the member. d. Vendors must : (1) provide Institute of International Container Lessors, LTD (IICL) 5/Ammunition Grade lease containers as requested, and (2) make compliant equipment available at its depot in a segregated manner to facilitate inspection (the Vendor may, at its option, choose not to pre-inspect/segregate, however, re-inspection for failed units are re-inspected at the Vendors expense which may lead to performance failure missed required delivery dates (RDD). e. Inspectors must : (1) provide dedicated service upon receipt of written order or confirmation of verbal order by the Contracting Officer, and (2) survey to criteria in its requested by the Government f. Customers must : (1) accept all compliant equipment, (2) notify the JTMO in writing of all non compliant equipment and specific circumstances (i.e. dent in cross member, 1.5" in depth etc.), and (3) allow Vendor to repair or replace equipment (Vendors option). h. All criteria set in this document is applicable to the purchase of intermodal equipment as well.Inspection criteria for the United States of America (Department of Defense [DoD] or Civilian Agency to include Department of Transportation (DoT) is set forth in the Code of Federal Regulations (CFR). Two pertinent sections of the CFR are applicable to Intermodal Equipment (Container) inspections, parts 176 and 540. The criteria set forth in these references and all text provided below is applicable to lease and purchase agreements. 49 CFR 450 Safety Approval of Cargo Containers The purpose of this section is to establish requirements and approval and periodic examination of cargo containers used in international transport as defined in the International Safe Container Act. The United States regulations provide that a CSC examination be performed as part of a routine change of custody inspections. Convention International Convention for Safe Containers (CSC) done at Geneva, December 2, 1972 and ratified by the United States on January 3, 1978. 49 CFR 176 Safety Approval of Cargo Containers International Convention of Safe Containers (CSC) CSC places 3 major obligations on container owners; (1) to have containers approved and plated at the time of manufacture, (2) to examine containers at proper intervals (at least every 30 months) , (3) and to maintain them in safe condition. Governments have the obligation to enforce the convention (entered into force September 6 1977. The purpose of the convention is to assure "safety of human life" and to facilitate international container transport. CSC gives Governments the power to stop and require repair of any container given significant evidence of being in a condition creating an obvious risk to human safety. International Maritime Organization (IMO) added uniformity to the convention to avoid differing national safety regulations. 49 CFR 176.170 governs the transport of class I (explosive) materials in freight containers. Specifically, containers must ha a floor consisting of tightly fitted wooden boards, plywood or equivalent non-metallic material and non-metallic lining. It must be noted that this non-mettalic lining requirement only applies to items needing "Magazine Stowage Type A". Most finished ammo delivered to field is considered "Ordinary Stowage" and wood lining is not required. Stowage type designation is identified by the UNO number in the Hazardous Materials Table 49 CFR Part 172. 49 CFR 176.172 identifies serviceability requirements for freight containers carrying class I (explosive) materials on ships. Specifically, acceptance and rejection criteria are defined as follows: 1. Containers may not be used unless they are deemed structurally serviceable as evidenced by a current CSC plate (and Approved Continuous Examination Program (ACEP) sticker if unit is in the ACEP program). 2. Structurally serviceable means that the freight container or vehicle can not have major defects in its structural components. 3. Major defects include: a. Dents or bends greater than 3/4 inch (19mm), regardless of length b. Cracks, breaks, cuts, tears, punctures, or corrosive failure (holes) in structural members c. More than 1 splice or an improper splice (i.e. lapped splice) in top or bottom end rails or door headers (1 permitted in any front top, front bottom, or rear top rail). d. More than 2 splices in any one top or bottom end rails or door headers e. Any splice in a door sill, corner post or fork pocket straps, also: more than 2 splices any one top or bottom side rail, cross member or fork pocket rail. f. Door hinges and hardware that are seized, twisted, broken, missing or otherwise inoperative. g. Any distortion of the overall configuration great enough to prevent alignment of handling equipment, mounting and securing chassis or vehicle, or insertion into ship cells. h. Rusted out metal in side walls or disintegrated fiberglass. Normal wear, including oxidation (rust), slight dents (exterior dent is acceptable provided no cube loss) and scratches, and other damage that does not effect serviceability or the weather-tight integrity of the units is acceptable. 0 i. Gaskets and seals that do not seal. j. Splice means any repair of a freight container main structural member which replaces material, except complete replacement of the member Approved Continuous Examination Program (ACEP) The ACEP program is an alternative to the periodic examination (30 month requirement). ACEP integrates an owner's normal inspections into the CSC examination program. The program permits use for CSC for purposes of the examinations which take place in ordinary commercial practice. Applicable markings must be applied on all containers in the program. The convention provides that the obligations or an owner-lessor may be transferred to a lessee by agreement (under the terms of the MLA the customer funds damages which maintains the Vendors position of responsibility with regard to maintaining serviceability of equipment. All examinations must be recorded and provided to the Coast Guard on demand. Examinations The United States requires that the examination search for cracks, failures, corrosion, missing or deteriorated fasteners, and any other safety related deficiency or damage that could place any person in danger, applying industry accepted pass/fail criteria. Examinations are performed IAW major repair, refurbishment of on/off hire interchange and in no case less than once every 30 months. United States regulations require performance of one thorough examination either at the time of on-hire or at the time of off-hire, unless major repair or refurbishment occurs between on-hire and off-hire examination. IICL 5 is the current accepted inspection standard for interchange between owner and lessor. The information provided in the proceeding text outlines the Government inspection criteria. All parties agree that the information provided above is current, accurate and that each will employ this standard in its equipment acceptance program under the JTMO MLA. Failure to abide by the tenants of this document will subject the parties to appropriate penalty under the agreement. l. Special Requirements: (a) 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) (AUG 2000) shall be 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." (b) Quantity, including any options for additional quantitites: CLIN 0001 -- IILC5 DRY INTERMODAL 20' CONTAINERS USED NOT MORE THAN 8 YEARS OLD. QTY: 34. CLIN 0001AA -- DELIVERY COST TO MECHANICSBURG, PA. CLIN 0002 -- STEEL DRY INTERMODAL 20' AMMO GRADE CONTAINERS USED, QTY: 20. CLIN 0003 -- DELIVERY COST TO VARIOUS LOCATIONS AS FOLLOWS: CLIN0003AA 4 each TOOELE, UT, CLIN0003AB 4 each RED RIVER, TX, CLIN0003AC 3 each LETTERKENNY, PA, CLIN0003AD 3 each ANNISTON, AL CLIN0003AE 6 each MOTSU/SUNNY POINT, NC. (c) Unit of Issue: Each (d) Destination Delivery Information: (1) Delivery of the fifty four (54) containers shall commence not later than 22 March 2001 and be completed not later than 22 March 01. Containers may be delivered earlier, provided storage space is available at destination. (5) Primary points of contact (POC) and facility hours of operation will be provided in a separate message at a later date. Upon award, contact the Transportation Office at least 48 hours in advance to schedule an arrival time. Phone number for each office will be provided later. (ix) Reserved. (x) Duration of the Contract Period: Delivery begins NLT 22 March 2001 and be completed upon delivery acceptance by the military customer. (xi) The Government will award the contract to the responsible offeror whose offer represents the best overall value. (xii) FAR 52.212-1, Instructions to Offerors, Commercial Items (MAR 01), apply and is incorporated by reference. Please review and comply with all instructions. FAR 52.212-2, Evaluation-Commercial Items (JAN 99), is incorporated by reference and applies to this acquisition. In accordance with paragraph (a), the Government will award the contract to the responsible offeror whose offer represents the best overall value. The Government intends to evaluate proposals and award a contract without discussions with offerors (other than discussions conducted for the purpose of minor clarification). However, The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. 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-52031B, Dated 5 September 00 and Synopsis/Solicitation, and (2) Production Plan and Delivery Schedule. For the "Ability to Meet Specifications IAW CID A-A-52031B, Dated 5 September 00 and Synopsis/Solicitation" subfactor category, the offeror shall submit: (a) Approved Manufacturing Drawings and (b) Supporting Technical Narrative that addresses requirements not identified on the drawings. This information will be used to perform the technical evaluation and determine the offeror's demonstrated ability to meet specifications IAW the CID and Synopsis/Solicitation. "For the Production Plan and Delivery Schedule" subfactor category, the offeror shall submit (a) Production Plan and (b) Delivery Schedule. For the Production Plan, the offeror shall identify start date, completion date, estimated unit production by day/week, and timelines for production. For the Delivery Schedule, the offeror shall provide information regarding the ocean, if applicable and non-ocean transportation segments. For the Ocean Transportation Segment, the offeror shall provide a statement U.S. Flag vessel shall be used, estimated dates of sailing and arrival, and ports of embarkation and debarkation. For the Non-Ocean segment, the offeror shall provide information regarding the mode of shipment (i.e. rail or truck), estimated number of units delivered by day/week to meet RDD, and a statement delivery will be made during designated hours unless prior approval is received. This information will be used to determine the demonstrated ability of the offeror to meet specified required delivery dates (RDD). 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. 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 Dun and Bradstreet "Business Information Report". This performance information will be used to determine the offeror's: (1) Demonstrated ISO production experience for the same or similar items, (2) Ability to produce units which meet technical and ISO specifications, and (3) Ability to meet delivery schedules. The Dun & Bradstreet or other financial resources may be used to determine the offeror(s) level of financial responsibility. Within the "Technical Capability" evaluation factor, sub-factor (1), "Ability to Meet Specifications IAW CID A-A-52031B, dated 1 May 00 and Synopsis/Solicitation" and (2) Production Plan and Delivery Schedule are of equal weight. The two sub-factors when combined equal the "Technical Capability" evaluation factor, and are 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. FAR 52.217-6, Option for Increased Quantity (MAR 89), FAR 52.211-18, Variation in Estimated Quantity (APR 84). Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 00), and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items (NOV 1995), DFARS 252.225-7006, Buy American Act Trade Agreements Balance of Payments Program Certificate (MAR 98), DFARS 252-225-7007 Buy American Act -- Trade Agreements -- Balance of Payments Program (APR 00), and 252.225-7008 Supplies to be Accorded Duty-Free Entry (MAR 98) with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 99), is incorporated by reference and applies to this acquisition. IAW DFARS 212.301, Solicitations Provisions and Contract Clauses for the Acquisition of Commercial Items, para (b)(2), para (b) of the provision at FAR 52.212-3 does not apply because this solicitation includes the clause at 252.204-7004, Required Central Contractor Registration. 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
- Record
- Loren Data Corp. 20010316/81SOL002.HTM (W-073 SN50G2G0)
| 81 - Containers, Packaging and Packing Supplies Index
|
Issue Index |
Created on March 14, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|