Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2003 FBO #0660
SOLICITATION NOTICE

68 -- MAGNESIUM HYDROXIDE SLURRY

Notice Date
9/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
DABK07-03-R-0038
 
Response Due
9/23/2003
 
Archive Date
11/22/2003
 
Point of Contact
Umetria Thomas, 910-396-4362 x. 216
 
E-Mail Address
Email your questions to ACA, Fort Bragg
(thomasuw@bragg.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Fort Bragg Directorate of Contracting is soliciting for Magnesium Hydroxide Slurry. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplemented with additional information include d in this notice. The announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation is a Request For Proposal (RFP), solicitation number DABK07-03-R-0038. The incorporated prov isions and clauses can be found at http://www.arnet.gov/far or http://farsite.hill.af.mil. This requirement is set aside 100% for small business. The NAICS code is 325998 and the size standard is 500 employees. As authorized under FAR Subpart 13.5, sim plified procedures will be used to evaluate offers and award a contract. The requirement has one line item. The line item number, description, quantity, and units are as follows: Line Item 0001: Estimated Quantity 364 Net Ton (2,000LB); Magnesium Hydrox ide Slurry consisting of a minimum of 91.5% MgO and a minimum of 58% solids mixable with water. Must be able to remain in suspension for up to three weeks in wastewater plant's storage tank which has no agitation. Product must be process engineered with the capability to stay in suspension for three weeks and MUST NOT be produced through a slaking process. Product must meet adequate pH requirements of a minimum of 6.0 and a maximum of 9.0 on the effluent discharge and min. 7.0 in the oxidation ditches. The period of performance is as follows: Line Item 0001: 01 Oct 03 through 30 Sep 04. The item specified in Line Item 0001 is to be delivered to the Fort Bragg Wastewater Treatment Plant (WWTP), BLDG U-2004, Manchester Road, Ft. Bragg, NC 28310. The co ntractor providing chemicals under this contract shall have experience in the production and distribution of Magnesium Hydroxide Slurry and shall conform to all OSHA Safety requirements, EM 385-1-1 and local and state safety requirements. The contractor s hall also follow Ft. Bragg rules and regulations while on the installation, to include Ft. Bragg and state traffic and vehicular laws. Contractor provided services shall be accomplished between the hours of 7:30 a.m. and 4:00 p.m., Monday through Friday, excluding Federal Holidays. Contractor is to provide approximately 14 tons per delivery (approximately every two weeks). Contractor is responsible for offloading product into the WWTP Magnesium Hydroxide bulk storage tank. Delivery orders will be placed by phone and deliveries are required to be received within 4 calendar day. Shipments will be FOB Ft. Bragg, NC. This is a requirements type contract. The quantities listed above are estimates only. Payment will be made for actual quantities at the pri ces shown. Interested Contractors capable of furnishing the government with the products in this synopsis should submit two (2) copies of a quotation to the below address. The quotation shall include the itemized price and prompt payment terms. The quot ation must reference solicitation number DABK07-03-R-0038. Quotations will be due September 23, 2003, by 3:00 p.m. Proposals must be submitted in writing to the Fort Bragg Directorate of Contracting, Bldg 1-1333 Armistead and Macomb Streets, Fort Bragg, NC 28310, Attn: Ms. Umetria Thomas. The FAR/DFARS provisions and clauses as follows apply to the acquisition: FAR 52.212-1, Instructions to Commercial Offerors ?????? Commercial Items; FAR 52.212-2, Evaluation ?????? Commercial Items. The evaluation fact ors are price and technical capability. Technical capability will be determined by the Government during technical review of Material Safety Data Sheets and quality assurance technical information data information sheet. Contractor must provide MSDS on th e proposed product and a quality assurance technical data information sheet with quotation. The current slurry provided to the Ft. Bragg WWTP is Dow MHT 50 S M agnesium Hydroxide Technical Grade Bulk. The product has been successfully tested with the existing injection equipment used at the Ft. Bragg WWTP. Any other product proposed must meet the application requirement for the existing feed equipment. Contract award will be made to the responsible offeror whose offer conforms to the solicitation requirements and provides the best value to the Government. FAR 52.212-4, Contract Terms and Conditions??????Commercial Items; DFAR 252.204-7004, Required Central Cont ractor Registration; DFAR 252.225-7000, Buy American Act??????Balance of Payment Program Certificate; DFAR 252.225-7001, Buy American Act And Balance of Payment Programs; DFAR 252.225-7002, Qualifying Country Sources As Subcontractors; FAR 52.000-4000 Alte rnate Dispute Resolution (ADR); FAR 52.000-4004, Federal Holidays. FAR 52.000-4005, Invoices. Provide an Original and (1) copy of invoice to PWBC, Supply Section, ATTN: Expeditor, Ft. Bragg, NC 28310. A written bill shall be provided within three (3) wo rking days after completion of each order. The written bill shall be forwarded to the designated cardholder placing the order. Payment will be made by IMPAC (VISA Credit Card). The purchase card limit for each order placed against the contract is $25,00 0.00. The Contractor shall not process a transaction for payment through the purchase card clearinghouse until the supplies have been furnished. FAR 52.211-16, Variation In Quantity. The permissible variation shall be limited to: 10 percent increase; 10 percent decrease. The increase or decrease shall apply to each load. FAR 52.212-3, Offeror Representation and Certifications??????Commercial Items (June 2003) and DFARS 252.212-7000, Offeror Representations and Certifications??????Commercial Items, are applicable to this requirement. Offerors shall include a completed copy of the aforementioned Representations and Certifications with proposals. The best way to complete this certification is to download the FAR Clauses at http://www.arnet.gov/far, print out the clause 52.212-3 and fill in the appropriate blanks. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders??????Commercial Items. The following clauses listed in paragraph (b) of 52.212-5 apply to this acq uisition: (5i), (7), (15), (16), (17), (18), (19), and (31). FAR 52.216-18, Ordering. Orders may be issued from 01 October 03 through 30 September 04. Thomas Russel, Public Works Business Center, Facility Maintenance Division and any duly appointed Acqu isition Division personnel are authorized to place orders against the contract. FAR 52.216-19, Order Limitations: (a) Minimum order - 10 Tons; (b)(1) Maximum order - $25,000.00; (b)(2) $25,000.00; (b)(3) within 3 days; (d) within 3 days. FAR 52.216-21, R equirements. Contractor shall not be required to make any deliveries under this contract after 30 September 2004. Numbered note 1 applies to this solicitation. Amendments, if any, will be published in the Army Single Face to Industry (ASFI) web page and posted to the Fort Bragg Directorate of Contracing Website at http://www.bragg.army.mil/www-doc/Contractors/SOLICIT.HTM. The POC for this requirement is Ms. Umetria Thomas, Contract Specialist, (910) 396-4362 x. 216; email thomasuw@bragg.army.mil; or fa x 910-396-5603.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN00435637-W 20030918/030916213315 (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  © 1994-2020, Loren Data Corp.