Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
SOLICITATION NOTICE

68 -- Multiple Chemicals for Fort Meade, Maryland for a base and two option years.

Notice Date
7/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MDW Acquisition Center, 9410 Jackson Loop, Fort Belvoir, VA 22060-5134
 
ZIP Code
22060-5134
 
Solicitation Number
DADW35-02-T-0164
 
Response Due
8/9/2002
 
Point of Contact
Helena Myers, 703-806-3976
 
E-Mail Address
Email your questions to MDW Acquisition Center
(lee_v_myers@belvoir.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Description: Furnish and deliver Multiple Chemicals for Fort George G. Meade, Maryland. Quotations are due 09 August 2002, POC Helena V. Myers, Contract Specialist, (703)806-3976, e-mail Lee_V_Myers@belvoir.army.mil. This is a combined synopsis/solicitati on for commercial items 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; proposals are being requested and a written solici tation will not be issued. This procurement is 100% set aside for small business. Solicitation number DADW35-02-T-0164 applies and is used as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect t hrough Federal Acquisition Circular 97-27. The NAICS code is 325998 and the business size standard is 500 people. The DPW Supply and Storage Division has a requirement to purchase Multiple Chemicals for the Water and Wastewater Plants at Fort George G. Mea de, MD. Any supplies to be furnished under this contract shall be ordered by issuance of a delivery order. Payment shall be made by submittal of an invoice to the address cited on the SF 1449 at block 18a. This requirement is for a fixed price requirements contract with a base year and 2 (two) one year options. Base year is from 19 August 2002 through 18 August 2003 with 10 (ten) Line Items: Item 0001, P/N 6810-00-RC5-8986 Delpac 2020, poly-aluminum chloride, (the medium for the flocculation procculation p rocess of surface water). Deliver via mini bulk for easy transfer from delivery truck to storage/feed tanks via hoses, estimated quantity 30,000 gallon. Item 0002, P/N 6810-00-RC4-1628 Lime, chemical hydrated, 50 lb bag, to be delivered in 22 ton lots and palletized for back unloading, must comply with AWWA standard B202-93-Section - 4.2. (for use in drinking water), 40 bags per pallet for easier handling. Hydrated lime shall not have less than 62 percent available calcium oxide, which is equivalent to 81.9 percent calcium hydroxide, free of lumps and other foreign materials. Shall be white, dry and finely powered, estimated quantity 60 ton. Item 0003, P/N 6810-00-RC6-1776 Zinc ortho phosphate, bulk type, (5 to 1 ratio), ver chem 985C, phosphoric acid, zinc chloride concentrated liquid additive to drinking water. Deliver via mini bulk for easy transfer from delivery trucks to storage/feed tanks via hoses, estimated quantity 2000 gallon. Item 0004, P/N 6810-00RC5-9881 Ortho poly-phosphate, (blended linear cha in) TPC-532, works in conjunction with zinc ortho phosphate, estimated quantity 200 gallon . Item 0005, P/N 6810-00-RC3-5485 Hydro fluorosilic acid 23-25%, fluorosilic acid solution 8, deliver in 55 gallon drums, no more than three (3) drums per pallet, IA W AWWA standards for loading weight, estimated quantity 85 drum. Item 0006, P/N 6810-00-RC4-1624 Chlorine liquid, in one ton cylinder, IAW AWWA standards, estimated quantity 50 ton. Item 0007, P/N 6810-00-RC4-4508 Sodium bicarbonate, U.S.P. powered, No.1 ( in 50-pound bags only) Ordered in one (1) ton lots. Must be National Sanitation Foundation (NSF) approved, palletized for safe unloading, estimated quantity 5 ton. Item 0008, P/N 6810-00-RC6-0899 Muriatic acid, hydrochloric acid 20%, hydrogen chloride 31.4 5%. Deliver in one (1) gallon plastic jug, (shipped four (4) per case), estimated quantity 288 ton. Item 0009, P/N 6810-00-RC4-1633 Sulphur dioxide, (S02) estimated quantity 20 ton. Item 0010, P/N 6810-00-RC3-5464 Calcium hypochlorite, granular, (45-lb pai ls only), 65% HTH chlorine. Delivered 24 per pallet for safe unloading, (dated item), estimated quantity 4 ton. First Option Year from is from 19 August 2003 through 18 August 2004. Item 1001, P/N 6810-00-RC5-8986 Delpac 2020, poly-aluminum chloride, (the medium for the flocculation procculation process of surface water). Deliver via mini bulk for easy transfer from delivery truck to storage/feed tanks via h oses, estimated quantity 30,000 gallon. Item 1002, P/N 6810-00-RC4-1628 Lime, chemical hydrated, 50 pound bag, to be delivered in 22 ton lots and palletized for back unloading, must comply with AWWA standard B202-93-Section - 4.2. (for use in drinking wate r), 40 bags per pallet for easier handling. Hydrated lime shall not have less than 62 percent available calcium oxide, which is equivalent to 81.9 percent calcium hydroxide, free of lumps and other foreign materials. Shall be white, dry and finely powered, estimated quantity 60 ton. Item 1003, P/N 6810-00-RC6-1776 Zinc ortho phosphate, bulk type, (5 to 1 ratio), ver chem 985C, phosphoric acid, zinc chloride concentrated liquid additive to drinking water. Delivery via mini bulk for easy transfer from deliver y trucks to storage/feed tanks via hoses, estimated quantity 2000 gallon. Item 1004, P/N 6810-00RC5-9881 Ortho poly-phosphate, (blended linear chain) TPC-532, works in conjunction with zinc ortho phosphate, estimated quantity 200 gallon. Item 1005, P/N 681 0-00-RC3-5485 Hydro fluorosilic acid 23-25%, fluorosilic acid solution 8. Deliver in 55 gallon drums, no more than three (3) drums per pallet, IAW AWWA standards for loading weight, estimated quantity 85 drum. Item 1006, P/N 6810-00-RC4-1624 Chlorine liqui d, in one ton cylinder, IAW AWWA standards, estimated quantity 50 ton. Item 1007, P/N 6810-00-RC4-4508 Sodium bicarbonate, U.S.P. powered, No.1 (in 50-pound bags only) ordered in one (1) ton lots. Must be National Sanitation Foundation (NSF) approved, pall etized for safe unloading, estimated quantity 5 ton. Item 1008, P/N 6810-00-RC6-0899 Muriatic acid, hydrochloric acid 20%, hydrogen chloride 31.45%. Deliver in one (1) gallon plastic jug, (shipped four (4) per case), estimated quantity 288 ton. Item 1009, P/N 6810-00-RC4-1633 Sulphur dioxide (S02), estimated quantity 20 ton. Item 1010, P/N 6810-00-RC3-5464 Calcium hypochlorite, granular, (45-pound pails only), 65% HTH chlorine. Delivered 24 per pallet for safe unloading, (dated item), estimated quantity 4 t on. Second Option Year is from 19 August 2004 through 18 August 2005. Item 2001, P/N 6810-00-RC5-8986 Delpac 2020, poly-aluminum chloride, (the medium for the flocculation procculation process of surface water). Deliver via mini bulk for easy transfer from delivery truck to storage/feed tanks via hoses, estimated quantity 30,000 gallon. Item 2002, P/N 6810-00-RC4-1628 Lime, chemical hydrated, 50 pound bag, to be delivered in 22 ton lots and palletized for back unloading, must comply with AWWA standard B202- 93-Section - 4.2. (for use in drinking water), 40 bags per pallet for easier handling. Hydrated lime shall not have less than 62 percent available calcium oxide, which is equivalent to 81.9 percent calcium hydroxide, free of lumps and other foreign materia ls. Shall be white, dry and finely powered, estimated quantity 60 ton. Item 2003, P/N 6810-00-RC6-1776 Zinc ortho phosphate, bulk type, (5 to 1 ratio), ver chem. 985C, phosphoric acid, zinc chloride concentrated liquid additive to drinking water. Delivery via mini bulk for easy transfer from delivery trucks to storage/feed tanks via hoses, estimated quantity 2000 gallon. Item 2004, P/N 6810-00RC5-9881 Ortho poly-phosphate, (blended linear chain) TPC-532, works in conjunction with zinc ortho phosphate, estim ated quantity 200 gallon. Item 2005, P/N 6810-00-RC3-5485 Hydro fluorosilic acid 23-25%, fluorosilic acid solution 8. Deliver in 55 gallon drums, no more than three (3) drums per pallet, IAW AWWA standards for loading weight, estimated quantity 85 drum. It em 2006, P/N 6810-00-RC4-1624 Chlorine liquid, in one ton cylinder, IAW AWWA standards, estimated quantity 50 ton. Item 2007, P/N 6810-00-RC4-4508 Sodium bicarbonate, U.S.P. powered, No.1 (in 50-pound bags only) ordered in one (1) ton lots. Must be Nationa l Sanitation Foundation (NSF) approved, palletized for safe unloading, estimated quantity 5 ton. Item 2008, P/N 6810-00-RC6-0899 Muriatic acid, hydrochloric aci d 20%, hydrogen chloride 31.45%. Deliver in one (1) gallon plastic jug, (shipped four (4) per case), estimated quantity 288 ton. Item 2009, P/N 6810-00-RC4-1633 Sulphur dioxide (S02), estimated quantity 20 ton. Item 2010, P/N 6810-00-RC3-5464 Calcium hypoc hlorite, granular, (45-pound pails only), 65% HTH chlorine. Delivered 24 per pallet for safe unloading, (dated item) estimated quantity 4 ton. Deliveries: Most chemicals will be delivered to the water treatment plant, Building 8688, Mapes Road, Fort Meade, MD with the exception of (Sulphur Dioxide) which will be delivered to the Wastewater Plant, Bldg 9581, Route 198, and (Chlorine Liquid) which will be delivered to both plants, delivery site will be specified in each individual delivery order. After receip t of order, deliveries shall be made according to the following schedule: within 24 hours if necessary for emergencies, and three (3) working days after receipt of delivery order for routine orders-excluding Saturdays, Sundays and Federal Holidays. Delive ry shall be made between 7:30 AM and 3:00 PM , Monday through Friday, excluding Federal Holidays. All containers such as drums, etc. used for chemical deliveries shall be owned and maintained by the Contractor. The Contractor shall pick up all empty contai ners from the delivery sites when requested by the Government Representative. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies. Central Contractor Registration (CCR): Prior to contract award, contractor shall be registered in the CCR database. Proposal Preparation: A proposal submitted in response to this requirement shall consist of a Cost/Price Proposal only. Cost/Pricing proposals shall be analyzed but will not be numerically scored. Cost/Pricing only will be considered in selecting which proposal offered is the most advantageous to the Government. Offerors are required to complete and include a copy of the following provisions with their quotes; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; D FARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions Commercial Items and addendum 52.212-4 apply; the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statut es or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate 1, FAR 52.216-18, Ordering (OCT 1995), paragraph (a), Such orders may be issued from date of award through 18 August 2005. FAR 52.216-19, Delivery Order Limitations, paragraph (a) Minimum order When the Government requires supplies or services covered by this contract in an amount of less than $500.00, the Government is not obligated? and paragraph (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $100,000.00; (2) Any order for a combination of items in excess of $300,000.00; or (3) A series of orders from the same ord ering office within 7 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) of this section. Paragraph (d), subparagraph (b), unless that order (or) orders are returned to the ordering office within 7 days after issuanc e. FAR 52.216-21, Requirements (OCT 1995), paragraph (f), Contractor shall not be required to make any deliveries under this contract after 60 calendar days after term of contract. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Sta tutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (a) DFARS 252.205-7000, Provision of Information Cooperative Agreement Holders, DFARS 252.243-7002, FAR 52.217-8, O ption to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract-Services; FAR 52.228-5, Insurance Work on a Government Installation, apply. Th e Government intends to make a single award to the bidder whose offer is the most advantageous to the Government. Provision 52.212-2, Evaluation Commercial Items applies with paragraph (a) completed as follows; The following factors shall be used to evalua te offers: Low Bid. Technical and past performance, when combined, are Not Applicable. Sealed offers must be received no later than 2:00 p.m. EST, 09 August 2002. Quotes sent via the US Postal Service and handcarried bids shall be sent to USA Garrison Fort Belvoir, MDW Acquisition Center, Construction/Supply Division, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5134.
 
Place of Performance
Address: Fort George G. Meade Bldg T-2207 1st & Chisolm Street Fort Meade MD
Zip Code: 20755-5115
Country: US
 
Record
SN00117677-W 20020718/020717062017 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.