Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOLICITATION NOTICE

68 -- VARIOUS CHEMICALS

Notice Date
8/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Station Beaufort Contracting Office, PO Box 55024 MCAS Beaufort, Beaufort, SC, 29904-5024
 
ZIP Code
29904-5024
 
Solicitation Number
M60169-03-T-C007
 
Response Due
9/22/2003
 
Archive Date
10/7/2003
 
Point of Contact
Connie Washington, Purchasing Agent, Phone 8432287966, Fax 8432287268,
 
E-Mail Address
washingtonc@beaufort.usmc.mil
 
Description
DESCRIPTION: The Marine Corps Air Station, Beaufort, SC has a requirement for the Establishment of a requirements type contract for various gases as stated below. This is a combined synopsis/solicitation 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; offers are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18 and Defense Acquisition Circular 91-13. The Standard Industrial Code is 2813 with corresponding size standard of 1000. All qualified responsible business sources may submit an offer which shall be considered by the agency. The resultant contract will be a requirements type, with delivery orders issued for firm quantities. Quantities shown are best estimates. A contract for a base year with 4 twelve month option periods is planned. Contract Award -(a) The Government may award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, cost or price and other factors considered. (b) The Government may (1) reject any or all offers if such action is in the public interest (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. (c) The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint. Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are completed and returned as called for in this solicitation. Offerors not in possession of the above referenced clauses in full text may obtain them at http://www.arnet.gov/far. Effective 01 March 1998, all contractors must be registered in the Central Contractor Registration (CCR) database as a condition of contract award. Contractors may register at http://www/acq/osd.mil/ec or call the DOD Electronic Commerce Information Center at 800-334-3414. Responses to this solicitation are due by COB 22 SEP 03 and should be mailed to: Supply Officer, MCAS, Purchasing Branch, PO Box 55024, Beaufort, SC 29904. Offer must be in writing. Facsimiles will be accepted at {843)228-7268. No oral offers will be accepted. Please reference solicitation number on proposal. For questions regarding this solicitation contact Connie A. Washington at 843-228-7966. The contractor will furnish required number and type of full start up as follows: 4 sulfur dioxide, 150 Ib, 9 chlorine, 150 lb, 1200 lbs sodium hydroxide (caustic soda) 55 gal. drum, Exchange/pick-up/delivery will take place at the designated building unless prior notification is provided by the Supply Officer or his designated representative or requested from an authorized Public Works Section Supervisor. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Base Year Period begins 1 Oct 03 – 30 Sep 04 First Year Option – 1 Oct 04 –30 Sep 05 Second Year Option – 1 Oct 05 – 30 Sep 06 Third Year Option – 1 Oct 06 – 30 Sep 07 Fourth Year Option – 1 Oct 07 – 30 Sep 08 Quantities are as follows: Sulfur dioxide (150 lb btl); 60 btls: 20 deliver to bldg 556; 40 deliver to bldg 1496. Chlorine (150 lb btl);70 btls: 20 deliver to bldg 556; 50 deliver to bldg 1496. Sodium hydroxide (caustic soda, 55 gallon drums); 145 drums: 75 deliver to bldg. 556 and 70 deliver to bldg 1496. Statement of Work for all gases: PERFORMANCE WORK STATEMENT Caustic Soda (Sodium Hydroxide) is used to adjust the pH of the water being discharged from the Air Station Wastewater Treatment Plant (WWTP) from bldg. 556. It is required to maintain the pH level within SCDHEC permit limits. It shall be supplied in bulk in fifty-five (55) gallon drums as a 25% solution. Requirements: 1) Caustic Soda will be delivered bi-weekly, every other Wednesday. Each delivery is to comprise of two (2) fifty-five gallon drums unless otherwise specified. Deliveries are to be made between 0900-1500 hrs. 2) Delivery will take place at the Air Station WWTP bldg. 556. 3) Upon delivery all empty drums will be returned to the contractor. 4) Emergency or short order deliveries are to be made by the contractor within twenty-four (24) hours of notification from the Supply Officer, Purchasing Section. The contractor will allow for only two (2) emergency deliveries per year at no additional charge. 5) The contractor will report to the WWTP through a stop at bldg. 1204 or a call at 843-228-7826. The contractor will be escorted/ accompanied by a government employee to bldg 556. PERFORMANCE WORK STATEMENT Caustic Soda (Sodium Hydroxide) is used to adjust the pH of the water being discharged from the Laurel Bay Wastewater Treatment Plant (WWTP) from bldg. 1496. It is required to maintain the pH level within SCDHEC permit limits. It shall be supplied in bulk in fifty-five (55) gallon drums as a 25% solution. Requirements: 1) Caustic Soda will be delivered bi-weekly, every other Wednesday. Each delivery is to comprise of three (3) fifty-five gallon drums unless otherwise specified. Deliveries are to be made between 0900-1500 hrs. 2) Delivery will take place at the Laurel Bay WWTP bldg. 1496. 3) Upon delivery all empty drums will be returned to the contractor. 4) Emergency or short order deliveries are to be made by the contractor within twenty-four (24) hours of notification from the Supply Officer, Purchasing Section. The contractor will allow for only two (2) emergency deliveries per year at no additional charge. 5) The contractor will report to the WWTP through a stop at bldg. 1204 or a call at 843-228-7826. The contractor will be escorted/ accompanied by a government employee to bldg 1496. PERFORMANCE WORK STATEMENT Chlorine (Cl2) gas is used at the Laurel Bay Wastewater Treatment Plant bldg. 1496. It is used to disinfect the water in the plant effluent before discharge and to meet SCDHEC permit requirements. It shall be supplied in one hundred fifty (150) lb. cylinders. Requirements: 1). Chlorine gas will be delivered monthly, on the first (1st) Wednesday of each month. Estimated usage is nine hundred (900) lb. per month. Deliveries are to be made between 0900-1500 hrs. 2) Delivery will take place at the Air Station WWTP bldg. 1496. 3) Upon delivery all empty cylinders will be returned to the contractor. 4) The contractor will furnish cylinders with valve connections to match existing equipment without modifications to government equipment. 5) Emergency or short order deliveries are to be made by the contractor within twenty-four (24) hours of notification from the Supply Officer, Purchasing Section. The contractor will allow for only two (2) emergency deliveries per year at no additional charge. 5) The contractor will report to the Wastewater Treatment Plant through a stop at bldg. 1204 or a call at 843-228-7826. The contractor will be escorted/accompanied by a government employee to bldg 1496. PERFORMANCE WORK STATEMENT Chlorine (Cl2) gas is used at the Station Wastewater Treatment Plant bldg. 556. It is used to disinfect the water in the plant effluent before discharge and to meet SCDHEC permit requirements. It shall be supplied in one hundred fifty (150) lb. cylinders. Requirements: 1). Chlorine gas will be delivered monthly, on the first (1st) Wednesday of each month. Estimated usage is three hundred (300) lb. per month. Deliveries are to be made between 0900-1500 hrs. 2) Delivery will take place at the Air Station WWTP bldg. 556. 3) Upon delivery all empty cylinders will be returned to the contractor. 4) The contractor will furnish cylinders with valve connections to match existing equipment without modifications to government equipment. 5) Emergency or short order deliveries are to be made by the contractor within twenty-four (24) hours of notification from the Supply Officer, Purchasing Section. The contractor will allow for only two (2) emergency deliveries per year at no additional charge. 5) The contractor will report to the Wastewater Treatment Plant through a stop at bldg. 1204 or a call at 843-228-7826. The contractor will be escorted/accompanied by a government employee to bldg 556. PERFORMANCE WORK STATEMENT Sulfur Dioxide (SO2) gas is used to dechlorinate the water in the Laurel Bay Wastewater Treatment Plant bldg. 1496. It is used to remove the chlorine from the plant effluent before discharge and to meet SCDHEC permit requirements. It shall be supplied in one hundred fifty (150) lb. cylinders. Requirements: 1). Sulfur Dioxide will be delivered monthly, on the first (1st) Wednesday of each month. Estimated usage is nine hundred (900) lb. per month. Deliveries are to be made between 0900-1500 hrs. 2) Delivery will take place at the Laurel Bay WWTP bldg. 1496. 3) Upon delivery all empty cylinders will be returned to the contractor. 4) The contractor will furnish cylinders with valve connections to match existing equipment without modifications to government equipment. 5) Emergency or short order deliveries are to be made by the contractor within twenty-four (24) hours of notification from the Supply Officer, Purchasing Section. The contractor will allow for only two (2) emergency deliveries per year at no additional charge. 5) The contractor will report to the Wastewater Treatment Plant through a stop at bldg. 1204 or a call at 843-228-7826. The contractor will be escorted/accompanied by a government employee to bldg 1496. PERFORMANCE WORK STATEMENT Sulfur Dioxide (SO2) gas is used to dechlorinate the water in the Air Station Wastewater Treatment Plant bldg. 556. It is used to remove the chlorine from the plant effluent before discharg
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M60169/M60169-03-T-C007/listing.html)
 
Place of Performance
Address: Marine Corps Air Station, Beaufort, SC
Zip Code: 29904
Country: USA
 
Record
SN00406938-F 20030821/030819224658 (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.