Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

81 -- 55 Gallon Stainless Steel Drums

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-04-Q-0502
 
Response Due
5/19/2004
 
Archive Date
6/3/2004
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
carol.wood@nist.gov, Patrick.Staines@nist.gov
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 with a small business size standard of 500 employees. This acquisition is a cascading small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify as a small business under a small business set-aside, the distributor and the manufacturer must be a Small Business under the NAICS code identified above. Because this is a cascading small business set-aside, all business sizes are invited to respond. However, if at least two small businesses submit acceptable quotations, then the procurement becomes a small business set-aside, and only the quotations from the small businesses shall be evaluated. All other quotations shall be excluded. This requirement is for a quantity of 110 each 55Gallon (208 liter) nominal capacity stainless steel standard closed top drums for use by the NIST, Center for Neutron Research for transportation of heavy water. All interested quoters shall provide a quote for the following line items: LINE ITEM 0001: Quantity 110 each 55 Gallon Nominal Capacity, Stainless Steel Standard Closed Top Drums meeting or exceeding all of the following required specifications: (1) Shall have internal diameter of 560mm(22.05inches) x internal height of 874mm (34.41inches); (2) Fabricated from 1.5mm(Gauge 16) thick, type 304 stainless steel sheet metal; (3) The drum head shall have two bungs: one 50.80mm (2 inches) and the other 19mm(? inch) in diameter. The bungs shall have threaded closure covers and polytetrafluoroethylene (PTFE) seals suitable for type IP-3 liquid package transportation; (4) The body may have two galvanized mild steel rolling rings but shall have two galvanized mild steel chime rings each at top and bottom; (5) The internal and external finish shall be standard mill finish, cold rolled, softened and descaled 304 stainless steel; (6) Weld finish will be left as laid but acid cleaned; (7) Drums shall have nominal liquid capacity of 208 liters (55 gallons); (8) The drums shall be tested and certified, as IP-3 packages per International Atomic Energy Agency (IAEA) Safety Series number 6 (ST-1), 1996 edition, revised. The net test weight for the IP-3 drums shall be greater than or equal to 220 kilogram (484.58 lbs.), to qualify the drums for shipment of hazardous liquids with specific gravity of greater than or equal to 1.2, with 10% void volume. The copies of test certifications shall be provided to NIST with the quotation; (9) The drums shall be embossed with the packaging design type markings as required by 49CFR178.503(a) (1) thru (12); (10) Cleaning Requirements: Drums shall be clean and dry inside, free from any kind of dirt, oil or other types of contamination. Quoters must submit the cleaning procedure for NIST approval before drum manufacturing begins. LINE ITEM 0002: Quantity 110 sets of Spare PTFE Gaskets. The Contractor shall provide a spare set of PTFE gaskets for 2 inch and ? inch bungs threaded covers for the above mentioned drums. Delivery shall be FOB Destination. Delivery shall be completed ON OR BEFORE AUGUST 5, 2004. FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accord with this solicitation; (2) Has a satisfactory record of past performance with respect to quality of product provided, timeliness of delivery, and delivery of products as quoted; and (3) Quotes the lowest price. Quoters shall include the following documentation: (1) Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered products meet or exceed the specifications stated herein; (2) Quoters shall include documentation demonstrating test results which qualify the drums as IP-3 packaging suitable for the transport of hazardous liquids; (3) Quoters shall include supporting Quality Assurance Procedures and documentation which demonstrate that all drums manufactured and marked to the same packaging design type will also be qualified as IP-3 packaging. A satisfactory past performance record shall be determined based on the references provided IAW FAR 52.212-1(b)(10) and/or the quoter?s recent and relevant procurement history with NIST or its? affiliates. Quoters shall provide a list of at least five (5) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. CLAUSES: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act; (24) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (30) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All quoters shall submit the following: 1) An original and two (2) copies of a quotation which addresses all Line Items, and all Technical Evaluation Criteria; 2) Description of commercial warranty; 3) Two (2) copies of the most recent published price list(s) for all proposed commercial components; and 5) One (1) completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. Offerors shall ensure the RFQ number is visible on the outermost packaging. ***Submission must be received by 3:00 p.m. local time on May 19, 2004.***FAX and E-MAIL QUOTES SHALL NOT BE ACCEPTED. *** CENTRAL CONTRACTOR REGISTRATION (CCR) Effective October 1, 2003, all vendors that do business with the U.S. Department of Commerce and the Federal Government must be registered in CCR. Contractors are strongly encouraged to register with CCR now to avoid payment delays. Changes to the Federal Acquisition Regulation (FAR) require, among other things, that contractors be registered in the CCR before award of any contract, basic agreement, blanket purchase agreements, or basic ordering agreement can be made, and that contract payments and/or new awards will be conditioned on CCR registration. The FAR change will also require that contractors with existing contracts that require performance after September 30, 2003, register in the CCR. There are 5 exceptions to the CCR registration requirement, including purchases that use the government-wide purchase cards as the purchasing mechanism, certain emergency operations and urgent procurements, certain purchases where CCR registration could jeopardize national security, and awards to foreign vendors for work performed outside the United States. The preferred method for completing a registration is via the World Wide Web at http://www.ccr.gov. There, a CCR Handbook is available to provide detailed information on data you will need prior to beginning the on-line registration, as well as steps to walk you through the registration process. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number.
 
Place of Performance
Address: Contractor's site
 
Record
SN00583014-W 20040512/040510211725 (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.