Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

68 -- Procurement of Liquid Cationic Polymer

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860-4549
 
Solicitation Number
N0060404RA012
 
Response Due
3/23/2004
 
Archive Date
3/30/2004
 
Point of Contact
Annabelle F. Miller (808) 473-7579
 
Description
This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6 and FAR Subpart 13.5 as supplemented with additional information included in this announcement. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WRITTEN PROPOSALS ARE REQUIRED AND A WRITTEN SOLICITATION will not be issued. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-04-R-A012 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-20 and DFARS Change Notice 20040223. This procurement is unrestricted and is therefore open to both small and large business concerns. All qualified responsible business sources may submit a quota tion, which shall be considered by the agency. Proposals must include a completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications – Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The FSC code is 6850. The applicable NAICS code is 325998 and the small business size standard for this procurement is 500 employees. The requirement is for a liquid cationic polymer used for thickening and de-water ing sludge at a wastewater treatment plant. The sludge is derived from anaerobic digesters and thickened sludge from dissolved air flotation thickeners (DAFT). The product shall be delivered in 275-gallon tote bins. Annual quantity is estimated to be 7,000 gallons. Estimated delivery per month is two 275-gallon totes. The contractor shall deliver within 21 calendar days after receipt of order from the ordering officer. In the event a bad batch is received during the term of the contract, a replacement batch shall be delivered within five (5) calendar days after receipt of notification of a non-conforming product. The contractor shall be responsible for the removal and disposal of the empty containers at time of delivery. The resulting firm fixed price indefinite delivery contract will be for a base period of one year effective 1 January 2005 (CLIN 0001) with four (4) one-ye ar option periods (CLINS 1001, 2001, 3001 and 4001). Delivery will be FOB destination to the Navy Public Work Center, Building 1342, Fort Kamehameha Wastewater Treatment plant located on Hickam Air Force Base, Honolulu, HI, 96818. Proposals may be deemed unacceptable when submitted on a basis other than FOB Destination. Inspection and acceptance of delivered items shall be done by PWC, Pearl Harbor at destination. The provision at FAR 52.212-1, Instructions to Offerors—Commercial Items applies with the following addendum: Paragraph (c), Period for Acceptance of Offers is revised to reflect an acceptance period of 60 calendar days from the date specified for receipt of offers; Paragraph (d), Product samples, with the applicable Material Safety Data Sheets and product literature are required with the submission of the quote. Each quoter may submit a maximum of three (3) products each. The manufacturer’s name, location and phone number, model number and brand are required for each product submitted. Samples shall be shipped in waterproof and leak-proof containers. The minimum sample size shall be 100 milliliter (ml) but not to exceed 250 ml. All samples shall be clearly labeled with the product name and the offeror’s company name. It is recommended that a back-up sample set be shipped in separate container. The government will use these only if the primary samples are lost or broken in transit. All samples will not be returned. The standard test procedure described at Alken-Murray Corp’s website, http://www.alken-marray.com/polytest.htm will be used to analyze the settling rate, floc formation and clarity for each product submitted. Generally, the products must provide rapid settling, fast floc formation and clear supernatant. Paragraph (h), Multiple Awards is revised to state that the Government intends to award a single contract resulting from this RFQ. The provision at FAR 52.212-2, Evaluation of Commercial Items applies and the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. The government reserves the right to make a technical acceptability determination without discussion with the offeror. Pricing shall be quoted in unit price per gallon; total price shall be based on the estimated quantity of 7,000 gallons per year. Offerors shall price all CLINs (basic and four options). In the event the unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. Each offeror shall provide with the quote, at least three (3) referenc es (government or commercial entities) and include only companies or agencies where the same or similar product was provided. The references shall include (1) company or agency name, address, telephone and fax numbers; (2) name and e-mail address of a point of contact able to verify the offeror’s performance history; (3) contract number, description of the product and quantity provided, unit price, the total contract amount and completion date. Past performance will not be a used as an evaluation factor but will be used as part of a responsibility check. All offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror’s Representations and Certifications – Commercial Items, Alternate I and DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items with their offer. Also applicable to this requirement is FAR clause 52.212-4, Contract Terms and Conditions – Commercial Items. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, includes the following clauses incorporated by reference: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FA R 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332), FAR 52.232-36 Payment by Third Party, and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. The following indefinite delivery clauses apply: FAR 52.216-18, Ordering and IAW with this clause, orders maybe issued from 1 January 2005 through the expiration of the contract, FAR 52.216-19, Order Limitations with minimum order limit of 275 gallons, maximum order limit of 1,100 gallons single item, N/A combination and seven calendar days for a series of orders, returned orders within five calendar days, FAR 52.216-21, Requirements with the following information: The contractor shall not be required to make any deliveries under this contract after 45 days past the final contract period. FAR 52.217-9, Option to Extend the Term of the Contract applies with written no tice to the contractor within 30 days of contract expiration and total duration of the contract shall not exceed 60 months. Other applicable FAR clauses include FAR 52.215-5 Facsimile Proposals, FAR 52.223-3 Hazardous Material Identification and Material Safety Data and FAR 52.232-18 Availability of Funds. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: FAR 52.203-3 Gratuities, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7021 Trade Agreements, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023, Transportation of Supplies by Sea and DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. T he following DFARS clauses also apply: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.223-7001 Hazard Warning Labels, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.225-7013 Duty Free Entry, DFARS 252.225-7020 Trade Agreement s Certificate, DFARS 252.225-7031 Secondary Arab Boycott of Israel, DFARS 252.247-7022, Representation of Extent of Transportation by Sea. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dp/dars/dfars.html. All prospective quoters interested in submitting a proposal for this solicitation shall inclu de their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 1300 p.m., Hawaii Standard Time, on 23 March 2004. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, “Solicitation/Contract Order for Commercial Items.” The form can be found at http://web1.deskbook.osd.mil/htmlfiles/forms/DBY_Forms_Standard_Forms_(SF).asp. Proposals should be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 203A.VP, Attn: Annabelle F. Miller, 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549 or emailed to Annabelle.Miller@navy.mil. Facsimile proposals will be accepted at (808) 473-0811.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00604/N0060404RA012/listing.html)
 
Record
SN00541787-F 20040312/040310231831 (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.