Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2004 FBO #1040
MODIFICATION

68 -- Sodium Lauryl Sulfate Solution

Notice Date
9/2/2004
 
Notice Type
Modification
 
NAICS
325188 — All Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Procurement, 14th & C Streets, S.W., Washington, DC, 20228
 
ZIP Code
20228
 
Solicitation Number
RFQ-04-0731
 
Response Due
9/10/2004
 
Point of Contact
Larry McCain, Supervisory Contract Specialist, Phone (202) 874-0133, Fax (202) 874-3135,
 
E-Mail Address
larry.mccain@bep.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION 002 - The Bureau of Engraving and Printing (BEP) is soliciting quotations from vendors for Sodium Lauryl Sulfate (SLS) Solution in 330 gallon totes, in accordance with BEP specification C: SLS-1, dated June 30, 2004. DISPOSABLE TOTE CONTAINERS WILL NOT BE ACCEPTED. The 330 gallon tote containers are to be returned to the vendor. Arrangements for the return of the tote containers shall be on a basis of a minimum of 3 tote containers per return shipment. Return costs for the empty tote containers must be quoted as a separate item. The solicitation number is RFQ-04-0731 and this solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 24. This acquisition is total small business set-aside. The applicable North American Industry Classification System (NAICS) code 325188. In accordance with FAR Part 19.102(f), any concern submitting a bid or offer in its own name, that proposes to furnish an end product it did not manufacture (a nonmanufacturer), is a small business if it has no more than 500 employees, and (1) Except as provided in paragraphs (f)(4) through (f)(7) of this section, in the case of Government acquisitions set-aside for small businesses, furnishes in the performance of the contract, the product of a small business manufacturer or producer. The end product furnished must be manufactured or produced in the United States or its outlying areas. The term nonmanufacturer includes a concern that can, but elects not to, manufacture or produce the end product for the specific acquisition. For size determination purposes, there can be only one manufacturer of the end product being acquired. The manufacturer of the end product being acquired is the concern that, with its own forces, transforms inorganic or organic substances including raw materials and/or miscellaneous parts or components into the end product. However, see the limitations on subcontracting at 52.219-14 that apply to any small business offeror other than a nonmanufacturer for purposes of set-asides and 8(a) awards. This is a combined synopsis/solicitation. Therefore, all interested small business manufacturers and small business distributors/resellers that meet the requirement herein are requested to submit a written quotation, which will be considered by the agency. This notice constitutes the only solicitation; a written request for quotation will not be issued. Delivery terms are F.O.B. Destination to the BEP Landover Warehouse, 3201 Pennsy Drive, Landover, Maryland 20785-1603. Vendors must call our appointment hot line at (202) 874-0874 at least at least twenty-four (24) hours in advance to schedule deliveries. The hot line is manned from 6:30 am to 3:00 pm Monday through Friday. The BEP’s quantity and delivery requirements are as follows: 1. 10 totes to be delivered not later than September 20, 2004; 2. 5 totes to be delivered on October 4, 2004; 3. 5 totes to be delivered on October 18, 2004; 4. 5 totes to be delivered on November 8, 2004; 5. 5 totes to be delivered on November 22, 2004; 6. 5 totes to be delivered on December 6, 2004; 7. 5 totes to be delivered on December 20, 2004; and 8. 5 totes to be delivered on January 3, 2005. The vendor shall provide a certificate of analysis or certificate of conformance and results of inspection for each batch or lot in each shipment. The certificate of analysis or certificate of conformance may be faxed or mailed to the following: Bureau of Engraving and Printing, Office of Technical Support, Room No. 201-20A, Attn: Chabi Kalita, 14th and C Streets, SW, Washington, DC 20228-0001 or by fax to 202-874-2100, Attn: Chabi Kalita. The BEP specification referenced above may be obtained by contacting Larry McCain, Contract Specialist at the phone number, fax number, or email address herein. The simplified acquisition procedures set forth in FAR parts 12 and 13 shall be used. The clauses applicable to this procurement action are: FAR 52.211-17; 52.212-4; 52.213-3; 52.22-26; 52.232.33; 52.247-35; 52.222-36; 52.225-1; 52.225-3; 52.222-35; 52.222-37; and 52.252-2. The clauses maybe viewed in full text at http://www.acqnet.gov/far/. Invoices must include: (1) the name and address of the contractor; (2) DUNS or DUNS +4 number (3) invoice number and date; (4) Purchase Order Number; (5) description, quantity, unit of measure, unit price and extended price of the items delivered; (6) shipping number and date of shipment including the bill of lading number and weight of the shipment if shipped on Government bill of lading; (7) terms of any prompt payment discount offered; and (8) name, title, and phone number of persons to be notified in event of defective invoice. Invoices shall be mailed to: Bureau of Engraving and Printing, 14th & C Streets, SW, Attn: OFM - Room 302-28A, Washington, DC 20228. All payments will be made through electronic transfer. Vendors may obtain status of payments through the Payment Advice Internet Delivery (PAID) System at http://fms2.treas.gov/paid. The basis for award shall be price and the resulting purchase order shall be firm fixed price. Quotations may be submitted on a SF1449 or on company letterhead. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, point of contact, address, phone number, fax number, tax identification number, DUNS numbers, business size status (i.e., small business, small disadvantaged business or woman owned business). Quotations are due September 10, 2004 by 2:30 P.M. Quotations may be mailed to the following address: Bureau of Engraving and Printing, Office of Procurement, Materials and IT Contracts Division, Room 708A, Attn: Larry McCain, 14th and C Street, S.W., Washington, D.C. 20228-001 or faxed to Larry McCain at 202-874-3135. Questions regarding this synopsis are to be directed to Larry McCain at 202-874-0133 or by e-mail at larry.mccain@bep.treas.gov. Number Note 1 is applicable to this solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/TREAS/BEP/OPDC20220/RFQ-04-0731/listing.html)
 
Record
SN00684917-F 20041001/040929213407 (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.